Loading...
HomeMy WebLinkAboutC2006-162 - 5/30/2006 - Approved 2006-162 05/30/06 M2006-166 ~~_i 2.00S~P.I .D., . q:.us: Christ.i, . PlWne: 361./3 Fax.: 36112 I I I.....'.................. ,2 ill: t....\.....dl'Ma1. 1 OF. -~....'.' IllIG ~V....Jic... ES /CIn QF CODUS CBR.. :t:, 'l'ED1: J PJlone: 361/8.,-3500 · ~.. Fax: 361/88Cf-)501 FOR: - ~? , ,.....",,--,\ _--;\t or r(4'. '1 -. L.~'~' ..' ..'..,.. .... .4.r .~. '........ _-.J. .. .. {'''' .. ..' "'. ", ff.'t ... .;: ..... .. ''1;~ --............... ......... ......,,."1.... .,. RONALD GUZMAN 'II,~. .. n' ......,.. ....................."'. .' -0'. ...:~', .' ~'. 767M82 :<vi!!, , ~.,.,pl. ..' . ....$<; .'; ~.......... ....'.e, ............tJ ........'., ". .fE.... -.......................... ,,'c .. ',' -'-"... j<~ ' .. .. >_',,,>_';:'~1 ~- .... .-', .. " ",.i.,,-, :i" , . '., . .... ...'" 4 .$.0"" " it ~~~-- ~ :f' i 17$ 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: 880-350] From: ALL PLAN HOLDERS Angel R. Escobar. P.E trl~ ~~ Director of Engineerin1~e~ices Date: May 15,2006 To: Pages: 3 (including cover sheet) Subject: Cimarron Blvd. Phase 2 - Yorktown to Bison (Mireles) Project No. 6262 Addendum 1\0. 5 Comments: This fax transmission contams the signed. scaled addendum from Maverick Engineeimg. Inc The addendum modifies 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 documents Dot specifically affected by tbe Addenda shall remain unchanged. ~-~' , \ L,. ~~ C)ty of ..~Wi Corpus r = Christi - - ~ ~ENDUM NO.5 I May i 5, 2006 TO: ALl. I'ROSPF CTIVE BIDDU{S PROJECT: ClMARRON RLVD. PHASE:! - YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 Prospecti\'C bidders are h.:rcby notified of the following modificalions to the contract documents. These modifications shall become a part of the contract documcnL~. The provisions of the contract document5 not specifically affected hy the addendum shall rem;dn unch:mgcd. I. PART A - SPECIAL PROVISIO:'llS -\, PARAGRAPH .-\-30. Al\1F.:'\DED "CONSIDERATION OF CONTRACT' REOUIRF.~1F..NTS i. !)ELETE: The \cc"nd nara~r8Dh that reads. "Within (5) workin, dB\"! rollowinl! the public OPeniRll and reading of the proDosals. the three (3) apparent lowest hidders (ha~ed on the Uase md 011"') IlIl1st submit to the City Rn2ineer the f"llIm fnl! informllliou:" -, ADI> A second parlleraph that reads. "Bidders (based on the Hase Bid (mil') must slIbmitlo the Citv En~neer the [ollowinll information:" Is. PARM;RAPH .-\-30. ^\IENDED ~CO~~JI)J::HA TION OF CONTRACT" REOUIREMENTS !. nF.LFTF Item ,~o. 10. MWithin (5) workinll days f(JUlInin!! bill oneniul!. .\ubmllln leller form. information identifvine tvue of entity and statt! (i.e. Texas or other statcl. Corooration or Partnership. and name(s) and Titl~) of indh'lduaJ(s) authorized to eletute tontrucl$ on bl'hulfofsahJ entitv." .. Ann. Item '\0. 10. "Submit in letter form. Informa.loD identifvinll tvoe of cntllv and state (i.e. Texas or other stale). Corooratlun IIr Pltrtnershin. and name(5) and Tltlell) of lndlvldual(s) autborized to uffute contracts on behalf ofsllid enlltv." F'(;I'\;LERL'\;G SUHlcrs P.o. BOl 9277 lnrptJ~ ChriHi. TX 78-169.9277 :\DDEj\DL~'1 NO.5 Pa~c 1 of2 II. PART T - T[CH~ICAL SPECTFICATlONS -\. :'IiEW SI(,N,\ l.IZATIOi\' SPEClflCA nONS AND CUT -SHEETS i. CLARIFfCATIO[l\; The traUic silmaliJ:ation sDedflcaUons and cut-sheets added via Addendum No.4 are intended as . Rulde SDec onlv. "aDproved eqUAls" may be submitted for aDoro\ial bv the Enllinccr. Please acknowledge r'eceipt of thi5 addendulII in the appropriate place in )'our REVlSF.D PROPOSAL FOR", DID OF AJ)DF.N1lUM NO.5 RG!j\ AJ~~ Dennis L. Miller. P.E. Sr. Civil Engineer MA VERICK ENGINEEIUNG, INC. S - I S- - Zoo ~ !-::'-CINHRI\G SERVIC~S P.O. B", 9277 CUff)'" Christi.lX 78469-9277 ADDENDU)l NO.5 Page 2 of 2 FAX TRANSMISSION Department of Engineering Services Major Projects Activity City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 361-826-3527 Fax: 361-R26-3 50 1 To: ALL PLAN HOLDERS Date: May 05, 2006 ~ L- Pages: 9 (including cover sheet) From: Angel R Escohar, P E . ~ 6,% ~ h~ (tiTL'Director of Engineering StTVlces . ~ Ie.- Subject: CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) Project No. 6262 Addendum No.4 Comments: This tax transmission contains the signed, sealed addendum from MA VERlCK ENGINEERING'S Ron Guzman, P.E. and includes NO attachments. The addendum provIdes revisions to the Table of Contents, Standard Specifications, Drawing Sheets and includes new Traffic Signalization Cut-Sheets and new Proposal Form * The entire Addendum including ALL attachments thereto, will be sent by U.S. PRIORITY MAIL, this afternoon. * RESERVED COPIES ofthe entire Addendum including ALL attachments will be available for pick-up at Engineering Services Reception Desk, at 3:00 PM. Prospective Bidder's who wish to, may call 361-826-3500 to reserve a copy and it will be ready, upon arrival. Copies on hold that are NOT picked up by close of business today will be mailed, as indicated above. 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 N';: 4-] City of Corpus == ChrIsti May 03,2006 - ~~ TO: ALL PROSPECTIVE BIDDER."l PROJECT: CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO: 6262 Prospective bidders are hereby notIfied of the tollowing modifications to the contract documents. These modifications Shill: become a part of the contract documents. The provisions of the contract documents not specifically affected by the addenclv n shall remain unchanged. I. TABLE OF CONTENTS DELETE: pages 3 through 6 of 6, in their entirety. ADD: Revised Paees 3 tbrou2h 6 of 6 (see Attachment No.1) in lieu thereof. n. SECTION A - SPECIAL PROVISIONS A. Paragraph A-5 Items to be Submitted witb Proposal ADD: "3. Tbe information reauired and identified bv Sections A-28. A-29 and A-30 of tbe SpeciF; Provisions. * * In order to expedite the AlE's recommendations for award, Bidders are to provide the requested information witb tbeir Proposal." B. Paragraph A-51 Electronic (Computer-Generated) Bid Submittal ADD: The following new Special Provision in its entirety: .. A-51 Electronic Proposal Form "General Provisions and Reauirements for Municipal Construction Contracts" Section B-2-7 "Preparation of ProPOSal" is amended as follows: Tbe bidder has tbe option of submittine a computer-f!enerated Print-out. in lieu of. the Revised Proposal Form Walles 3 throu!!h 19. inclusive). The print-out shan list an bid items (includin!! any additive or deductive alternates) cGJltained on the Revised Proposal Form Walles 3 tbrou!!h 19. inclusive). The print- out shaD be substantiaUv in the form shown on (see Attacbment No. 11) ofthis Addendum. lethe bidder chooses to submit a priat-out. the print-out shaD be accompanied bv properly completed Revised Proposal Form palles 1. 2. 20. 21 and 22. In addition. the print-oat shall contain tbe followin2 statement and si2nature. after the last bid item: '(Bidder) herewith certifies that the unit prices shown on this Print-out for bid items (includinll any additive or deductive alternates) contained on the Revised Proposal Form are the unit prices intended and that its bid wiD be tabulated usin2 these unit prices and no other information from this print-out. (Bidder) acknowled2es and a2rees that the Total Bid amount shown will be read as its Total Bid and further a2rees that the off"reial Total BId amount will be determined bv multiplvin2 the unit bid price (Column IV) shown ADDENDUM NO.4 Page 1 of8 on this print-out bv tbe respeetive estimated Quantities shown on the Revised Proposal Form (Column m and then totaliu the extended amounts. (Signature) (Title) (Date) III. PART S - STANDARD SPECIFICA nONS A. Index of Standard Specifications DELETE: page 2 00, in its entirety ADD: Revised Pal!e 2 of 3 (see Attachment No.2), in lieu thereof. B. Section 025412 "Prime Coat" DELETE: Section025412 "Prime Coat (Asphaltic Material Only)", in its entirety. ADD: Revised Section 025412 "Prime Coat (Asohaltic Material Onlv)"(see Attachment No.3), in lieu thereof. C. Section 026604 "Air Release Valves (Wastewater Application)" ADD: New Section 026604 "Air Release Valves (Wastewater Aoolication)"(see Attachment No.4). IV. PART T - TECHNICAL SPECIFICATIONS New Signalization Specifications and Cut-Sheets A. ADD: B. ADD: C. ADD: D. ADD: E. ADD: F. ADD: G. ADD: H. ADD: I. ADD: J. ADD: K. ADD: L. ADD: M. ADD: Index of Sumalization Soecifications and Cut-Sheets (see Attachment No. 5A). PELCO Astro-Brac Horizontal Bracket Assemblies{see Attachment No. 5B) . Cabinet Extension (see Attachment No. 5C). CARSON H1324 Heavv Dutv Box (see Attachment No. 5D). CARSON H1730 Heavv Dutv Box (see Attachment No. 5Et CARSON 82436 Heavv Dutv Box (see Attachment No. 5F) . Traffic Sienal Cable Code (see Attachment No. 5G) . Exhibit A - Revised Cam Pinout (see Attachment No. 5H PELCO Astro-Brac Camera Mountin2s(see Attachment No. 5D . CLIFFORD IMSA Sil!nal Cable (see Attachment No. 5J). ISOTEC Video Cable (see Attachment No. 5K). HENKE ENTERPRISES Wirinl! Dianam for Video Camera Surl!e Suopression Filter(see Attachmellt No. SL). h Button Station Assembl Attachment . 5 ADDENDUM NO.4 Page 2 of8 N. ADD: O. ADD: P. ADD: Q. ADD: R. ADD: S. ADD: T. ADD: U. ADD: V. ADD: W. ADD: X. ADD: Y. ADD: V. DRAWINGS A. DELETE ADD: B. DELETE ADD: C. DELETE ADD: D. DELETE ADD: E. DELETE: ADD: F. DELETE: SIEMENS 16-Inch Aluminum Pedestrian Sumal (see Attachment No. 5N1 . #8358 - Specification for TS 2-1992 Controller Unit (see Attachment No. 50), #835V-4 - Specification for Video Detection Rack Mounted CPU Svstem (see Attachment No. SP) . #866 - Specification for Adiustable Polvcarbonate LED Traffic Sumals (see Attachment No, ~. #927 - Specifications for Traffic Sil!nals LED .(see Attachment No. 5R) #953 - Specification for Malfunction Manal!ement Unit .(see Attachment No. 5S) #987 - Soecification for Un interruptible Power Supply (see Attachment No. 5T) . #988 - Specification for a LED Countdown Pedestrian Sil!nal (see Attachment No. 5U). Special Specification TS 2-2003 Controller for Bond 2004 Proiects Cabinet Assembl'\; :-"~I Attachment No. 5V) . CARMANAH Internally llluminated Street-Name Sil!n - R409 (see Attachment No. 5W.l CARMANAH Backbrace Assembly (see Attachment No. 5X). DIALIGHT Excalibur Uniform Appearance Countdown Pedestrian Sil!nals (see Attacl!.!l!.t:lJ No. SY). Ibe current Sheet 3 - General Notes and Testing Schedule, in its entirety. Revised Sheet 3 - General Notes and Testinl! Schedule (see Attachment No. 6A), in lie thereof Ibe current Sheet 4 - Estimated Ouantities Summary/ Drawing Legends. in its entirety. Revised Sheet 4 - Estimated Quantities Summary/ Drawine Lee:ends (see Attachment...,No 6B). in lieu thereof. The current Sheet 24 - Water & Wastewater (Plan & Profile) Sm. 4+25 to 9+25, in its entirety, Revised Sheet 24 - Water & Wastewater (Plan & Profile) Sta. 4+25 to 9+25 (see Attachmen' No. 6C) , in lieu thereof. The current Sheet 25 - Water & Wastewater (Plan & Profile) Sm. 9+25 to 13+75. in its entire!), Revised Sheet 25 - Water & Wastewater (plan & Profile) Sta. 9+25 to 13+75 (see Attachment No.6>>). in lieu thereof. The current Sheet 21.-: Water & Wastewater (Plan & Profile) Sm. 18+50 to 23+50, in its entirety. Revised Sheet 27 - Water & Wastewater (Plan & Profile) Sta. 18+50 to 23+50 (se~: Attachment No. 6E), in lieu thereof The current Sheet 28 - Water & Wastewater (Plan & Profile) Sm. 23+50 to 28+50. in its entirety. ADDENDUM NO.4 Page 3 of 8 ADD: G. DELETE: ADD H. DELETE:: ADD: l. DELETE: ADD: .T. DELETE: ADD: K. DELETE ADD: L. DELETE ADD: M. DELETE ADD: N. DELETE ADD: O. DELETE: ADD: P. DELETE: ADD: Q. DELETE: ADD: Revised Sheet 28 - Water & Wastewater (plan & Profile) Sta. 23+50 to 28+SO(see Attachlllellt No. 6Fl.1n lieu tbereof. The current Sheet 29 : Water & Wastewater (Plan & Profile) Sta. 28+50 to 33+50, in its entirety. Revised Sheet 29 - Water & Wastewater (Plan & Profile) Sta. 28+50 to 33+50 (see Attachment No. 6G) . in lieu thereof [be current Sheet~ ~~treet & Storm Water (Plan & Profile) Sta. 0+00 to 4+25, in its entirety. Revised Sheet 45 - Street & Storm Water (Plan & Profile) Sta. 0+00 to 4+25 (see Attachment No. 6H), in lieu thereof [be CWTent Sheet 46- SJreet & Storm Water (Plan & Profile) Sta. 4+25 to 9+25, in its entirety. Revised Sheet 46 - Street & Storm Water (Plan & Profile) Sta. 4+25 to 9+25, (see Attachment No. 6n ia lieu thereof. [be current Sheet ~I..Street & Storm Water (Plan & Profile) Sta. 9+25 to 13+75. in its entirety. Revised Sheet 47 - Street & Storm Water (Plan & Profile) Sta. 9+25 to 13+75 (set Attacbment No. 6J). in lieu thereof. Ioe current Sheet 48. Street & Storm Water (Plan & Profile) Sta. 13+75 to 18+50. in its entirety. Revised Sbeet 48 - Street & Storm Water (plan & Profile) Sta. 13+75 to 18+50 (sef; Attachment No. 6Kl, in lieu thereof. The current Sheet 49 - Street & Storm Water (Plan & Profile) Sta. 18+50 to 23+50, in its entirety. Revised Sbeet 49 - Street & Storm Water (Plan & Profile) Stao 18+50 to 23+50 (Set; Attachment No. 6L). in lieu tbereof. Tbe current Sheet 50 - Street & Storm Water (Plan & Profile) Sta. 23+50 to 28+50. in its entirety. Revised Sheet 50 - Street & Storm Water (Plan & Profile) Sta. 23+50 to 28+50 (see Attachment No. 6Ml, In lieu tbereof. The current Sheet52-= Street & StonnWater (Plan & Profile) Sta. 0+00 to 5+40 (Baseline 'B'). in its entirety. Revised Sheet 52 - Street & Storm Water (Plan & Profile) Sta. 0+00 to 5+40 (Baseline 'B') (see Attachment No. 6N) , in lieu thereof. The current Sheet 5~ Street & Stonn Water (plan & Profile) Sta. 5+40 to 10+25 (Baseline 'B').in it,> entirety. Revised Sheet 53 - Street & Storm Water (plan & Profile) Stao 5+40 to 10+25 (Baseline 'B') ,(see Attachment No. 60) in lieu thereof. The current Sheet 7~-= Cimarron Boulevard Signage Plan Sta. 0+00 to Sta. 21+75, in its entirety. Revised Sbeet 74 - Cimarron Boulevard Sil!Dae:e Plan Sta. 0+00 to 8ta. 21+75 (see Attachment No.6P) , in lieu thereof. The current Sheet 7~-=--(:imarron Boulevard Signage Plan Sta. 21+75 to Sta. 31+00. in its entirety. Revised Slleet 75 - Cimarron Boulevard Sie:nae:e Plan Sta. 21+75 to Stao 31+00 (see Attachment No. 60), ia lieu thereof. ADDENDUM NO.4 Page 4 of8 R. DELETE: The current Sheet 83 - Cimarron Boulevard Conduit Layout Plan Sm. 21+75 to End. in its entirety. ADD Revised Sheet 83 - Cimarron Boulevard Conduit Lavout Plan Sta. 21+75 to End(see Attachment No. 6R) . in lieu tbereof ~. DELETE The current Sheet82= Cimarron Boulevard Conduit Layout Plan Sta. 21+75 to Sta. 21+75, in its ::ntiret' ADD: Revised Sbeet 82 - Cimarron Boulevard Conduit Lavout Plan Sta. 21+75 to Sta. 21+75 (S~f Attacbment No. 6S). in lieu tbereof T. DELETE: fhe current Sheet.22 __fraffic Control Sections. in its entirety. ADD: U. DELETE: ADD: V. DELETE: ADD: W. DELETE: ADD: X. DELETE ADD: Y. DELETE ADD: Z. DELETE ADD: Revised Sheet 95 - Traffic Control Sections (see Attacbment No. 6T) , in lieu thereof. fhe current Sheet 96.-1.:~. Traffic Control Sections, in its entirety. Revised Sbeet 96A - Traffic Control Sections (see Attachment No. 6u), in lieu thereof. fhe current Sheet2L:rraffic Control Plan (Stage II) Yorktown Intersection. in its entirety. Revised Sheet 97 - Traffic Control Plan (Stal!e m Yorktown Intersection (see Attacbmeu! No. 6V) , in lieu tbereof The current Sheet 98.- Traffic Control Plan (Stage II) Sta. 0+00 to Sta. 21+00, in its entirety. Revised Sheet 98 - Traffic Control Plan (Stal!e m Sta. 0+00 to Sta. 21+00 (see Attachmel!! No. 6W) . in lieu thereof Ibe current Sheet 100 .:'_Iraffic Control Plan (Stage IV) Yorktown Intersectio!l, in its entirety. Revised Sheet 100 - Traffic Control Plan (Stal!e IV) Yorktown Intersection (see Attachment No. 6Xl, in lieu tbereof The current Sheet 129 :.: Traffic Signalization Plan Cimarron Blvd.! Bison Dr., in its entirety. Revised Sheet 129 - Traffic SiI!nalization Plan Cimarron Blvd.! Bison Dr. (see Attachment No. 6Y), in lieu tbereof The current Sheet 130 : Traffic Signalization Plan Cimarron Blvd.! Yorktown Blvd.. in its entirety. Revised Sheet 130 - Traffic Sil!nalization Plan Cimarron Blvd.1 Yorktown Blvd. (see Attachment No. 6z) , in lieu thereof AA. DELETE: The current Sheet ill =.fraffic Signal Detail-Wiring Diagram Cimarron Blvd.! Bison Dr.. in its entirety ADD: Revised Sheet 131 - Traffic Sil!nal Detail-Wirinl! Dial!ram Cimarron Blvd.! Bison Dr. (see Attachment No. 6AA), in lieu tbereof BB. DELETE: The current SheetJJ2.:Jraffic Signal Detail-Wiring Diagram Cimarron Blvd.! Bison Dr., in its entirety. ADD: Revised Sheet 132 - Traffic Sil!nal Detail-Wirini! Diai!ram Cimarron Blvd.! Bison Dr. , (see Attachmeot No. 6BB)in lieu tbereof Cc. DELETE: The current Sheet JU:~ Iraffic Signal Detail-Wiring Diagram Cimarron Blvd.! Yorktown Blvd., in its entirety. ADDENDUM NO.4 Page 50f8 ADD: Revised Sheet 133 - Traffic Si2nal Detail-Wirin2 Dia2ram Cimarron BlvdJ Yorktown Blvd. ,(see Attachment No. 6Cc) in lieu thereof. DO. DELETE The current Sheet 134 ~. Traffic Signal Detail-Wiring Diagram Ciroman Blvd.! Yorktown Blvd., in lts entirety ADD Revised Sheet 134 - Traffic Si2nal Detail-Wirinl! Dia2ram Cimarron Blvd.! Yorktown Blvd. (see Attachment No.6DDl, in lieu thereof. EK DELETE [he current SheeU35.:.Traffic Signalization Miscellaneous Standard Details. in its entirety. ADD: Revised Sheet 135 - Traffic Sil!nalization Miscellaneous Standard Details (see Attachment No. 6EE) , in lieu thereof. FF DELETE: [he current Sheetlli.: ~Traffic Signal Head Mounting DetaiL in its entirety. ADD: Revised Sheet 139 - Traffic Sil!nal Head Mountin2 Detail (see Attachment No. 6FF), in lieu thereof GG. DELETE: The current Sheet 144.:- Street Name Sign Details (Illuminated), in its entirety. ADD: Revised Sheet 144 - Street Name Sien Details Ulluminated) (see Attachment No. 6GG). in lieu thereof HH. DELETE: The current Sheet 148 - Pedestrian Signal Details, in its entirety. ADD: Revised Sheet 148 - Pedestrian Si2nal Details (see Attachment No. 6HH), in lieu thereof. VI. PROPOSAL FORM DELETE: The current Proposal Fonn in its entirety. ADD: Revised ProDosal Form (see Attachment No.7), in lieu thereof. Please acknowledge receipt of this addendum, in the appropriate place on your REVISED PROPOSAL FORM. END OF ADDENDUM NO.4 RG/dm Division Manager MAVERICK ENGINEERING, INC. ~"..... ---t. OF f"'l ,,~t}......... !:.J',-tJ"t. r *./ .......L .....~ I" ~*... ~ '..*~ Z' .... ~............ ................. ~ J.....~9.~~.~~~~~.. ~ \i. 76782 ;~~ '. ~':!fqIST1"~~':~ " J'$ltj".....t\\~\:o \,,\,~~t,....-- t~l~~ Attachments: No.1 Revised Table of Contents Pa2es 3 throUl!h 6 (4-Dal!es). No. 2 Revised Index of Standard SDecifications Pa2e 2 of 3 (1 -Dal!e ). No.3 Revised SeetioD 025412 "Prime Coat" Pa2es 1 and 2 (2-D8I!es) entire section. No.4 New Sectien 026604 "Air Release Valves" (2-o8l!es). No. SA Added Index ofSi2nalization and Cut-Sheets (l-oal!e). No.SB Added Cut-Sheet PELCO Astra-Brae Horizontal Bracket Assemblies (l-oa2e). No. SC Added Cut-Sheet Cabinet Extention (l-pa2e). No. SO Added Cut-Sheet CARSON H1324 Heavv Dutv Box (2-Da2es). No. SE Added Cut-Sheet CARSON H1730 Heavv Dutv Box (2-08l!es). ADDENDUM NO.4 Page 6 of8 No. SF Added Cut-Sheet CARSON H2436 Heavv Dutv Box (2-oues). No. SG Added Cllt-Sheet Trame Si2nal Cable Code (I-oalle). No. SH Added Cut-Sheet Exhibit A-Revised Cam Pinout (I-oa2e). No. 51 Added Cut-Sheet PELCQ Astro-Brac Camera Mountinl!S (I-oal!e). No.5J Added Cut-Sheet CLIFFORD IMSQ Smnal Cable (l-oa,e). No.5K Added Cut-Sheet ISOTEC Video Cable (I-oal!e). No. SL Added Cut-Sheet HENKE ENTERPRISES Wirinl! Dial!ram for Video Camera Surl!e Suooresuon Filter (I-oaee). No. SM Added Cut-Sheet PELCO Pedestrian Push Button Station Assembly (2-oaees). No. SN Added Cut-Sheet SIEMENS 16-Inch Aluminum Pedestrian Sienal (l-oal!es). No. SO Added #I3SB-Soecification Cor TS 2-1992 Controller Unit (2-pal!es). No. SP Added #83SV-4-Soecification Cor Video Detection Rack Mounted CPU System (2-oal!es)~ No. SO Added #866-Soecification Cor Adiustable Polycarbonate LED Traffic Sil!nals (2-oaees), No. 5R Added #927-SoeciflCations Cor Traffic Sil!nals LED (2-pal!es). No. 5S Added #953-Soecification Cor MalCunction Manal!ement Unit (2-Dal!es). No.5T Added #987-Soecification Cor Uninterruotible Power Suooly (4-oal!es). No. 5U Added #988-Soecification Cor a LED Countdown Pedestrian Sil!nal (2-oal!es). No. 5V Added Soecial SoecificBtion TS 2-2003 Controller Cor Bond 2004 Proiects Cabinet Assembly (4-oal!es). No. 5W Added Cut-Sheet CARMANAH Internally Illuminated Street-Name Sil!n-R409(2-oal!csJ, No.5X CARMANAH Backbrace Assembly (2 oal!es) No. 5Y Added Cut-Sheet DIALlGHT Excalibur UniCorm Apoearance CountdownPedestrial Si&..~ (2-oal!es). No.6A Reyised Sheet 3 - General Notes and Testinl! Schedule (l-oal!e) No.6B Revised Sheet 4 - Estimated Quantities Summaryl DrBwine Lel!ends (I-oal!e). No.6C Revised Sheet 24 - Water & Wastewater (plan & Profile) Sta. 4+25 to 9+25 (l oaee). No. ro Revised Sheet 25 - Water & Wastewater (plan & Profile) Sta. 9+25 to 13+75 (I-oa,e). No.6E Reyised Sheet 27 - Water & Wastewater (plan & Profile) Sta. 18+50 to 23+50 (I-oal!e). No.6F Revised Sheet 28 - Water & Wastewater (Plan & Profile) StB. 23+50 to 28+50 (I-paee). No.6G Reyised Sheet 29 - Water & Wastewater (plan & Profile) Sta. 28+50 to 33+50 U-pal!e). No.6H Revised ~t 45 - Street & Storm Water (plan & Profile) Sta. 0+00 to 4+25 (l-082e). No.6I Revised Sheet 46 - Street & Storm Water (plan & Profile) Sta. 4+25 to 9+25 (l-oal!e). No.6J Revised Sheet 47 - Street & Storm Water (plan & Profile) Sta. 9+25 to 13+75 (l-oa2e). No.6K Revised ~t 48 - Street & Storm Water (plan & Profile) Sta. 13+75 to 18+50 (l-oal!e). No.6L Reyised Slleet 49 - Street & Storm Water (plan & Profile) Sta. 18+50 to 23+50 (I-oaee). No.6M Revised Slaeet 50 - Street & Storm Water (plan & Profile) Sta. 23+50 to 28+50 U-pal!e). No. 6N Revised Slaeet 52 - Street & Storm Water (Plan & Profile) Sta. 0+00 to 5+40 (Baseline 'B') (I-oal!e ). No. 60 Revised Sheet 53 - Street & Storm Water (Plan & Profile) Sta. 5+40 to 10+25 (Baseline 'B') (l-oal!e ). No.6P Revised Sheet 74 - Cimarron Boulevard Sil!naee Plan Sta. 0+00 to Sta. 21+75 (I-oal!e). No. 60 Revised Sheet 75 - Cimarron Boulevard Si2:na,e Plan Sta. 21+75 to Sta. 31+00 (I-oa2e). No.6R Revised Sheet 83 - Cimarron Boulevard Conduit Lavout Plan StB. 21+75 to End (l-Da2e). No. 6S Revised Sheet 82 - Cimarron Boulevard Conduit Lavout Plan Sta. 21+75 to Sta. 21+75 (l-oa2e ). No.6T Revised Sheet 95 - Traffic Control Sections (l-Da2e). No.6U Revised Sited 96A - Traffic Control Sections (l-pa2e). No.6V Revised Slieet 97 - Traffic Control Plan (Stal!e m Yorktown Intersection (l-oal!e). No.6W Revised S~et 98 - Traffic Control Plan (Stal!e m Sta. 0+00 to Sta. 21+00 (l-oal!e). No.6X Revised Sited 100 - Traffic Control Plan (Stal!e IV) Yorktown Intersection (I-oal!e). No.6Y Revised S~t 129 - Traffic Smnalization Plan Cimarron Blvd.! Bison Dr. (I-oal!e). No.6Z Revised S~t 130 - Traffic SmnaUzation Plan Cimarron Blvd.! Yorktown Blvd. (I-oal!e). No. 6AARevised Slieet 131 - Traffic Sienal Detail-Wirinl! Diaeram Cimarron Blvd.! Bison Dr. (l-oal!e ). No. 6BBRevised Sheet 132 - Traffic Sil!nBI Detail-Wirin~ Dial!ram Cimarron Blvd.! Bison. (l-pa2e ). No. 6CCRevised Skeet 133 - Traffic Sil!nal Detail-Wirin~ Dial!ram Cimarron Blvd./ Yorktown Blvd. (l-oal!e ). No. roD Revised Sheet 134 - Traffic Sil!nal Detail- Wirinl! Dial!ram Cimarron Blvd.! Yorktown Blvd. (l-Da2e ). ADDENDUM NO.4 Page 7 oC8 No. 6EE Revised Sheet 135 - Traffic Si2nalizatioD Miscellaaeous Standard Details (l-Da2e). No. 6FF Revised Sheet 139 - Traffic Sinal Head Moutlu DetaR (l-oa2e). No. 6GGRevised Sheet 144 - Street Name Sin Details illluminated) (l-pa2e). No. 6HHRevised Sheet 148 - Pedestrian Sinal Details (l-oa2e). No.7 Revised ProDosal Form (pues 1-23) entire document ADDENDUM NO.4 Page 80f8 B 25802 25803 025805 025807 025813 25816 025818 '.12 5 8 2 8 Tf.,lIYFI JJNTF'OL; &. DEv'I,'K rcmpor,ny Tratfic C:mtluls DUI:ing Construction rraftic Signal Adjustments AbbrevLated Pavement Markings S101 ?av~ment Markings (Paint and Thermoplastic) 845 Preformed Stri.ping 'ind Emblems Raised Pavement Markers and Traffic Buttons Reference ~ Pav'~ment Markers (Reflectorized) (TxDOT D- 9-4200) Rpfelencc Bitlminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026 UTILI'irES 0262 GE:NERAL 026201 Cl26202 026206 026210 26214 0264 026402 026404 026409 026411 26416 )266 (;26602 026604 Waterl.Lne Riser AssemblJes S79 Hydrostatic Testing of Pressure Systems S89 Ductile Iron Pipe and Flttings S81 PVC Pipe AWWA C900 and C905 Pressure Pipe S83 ':;rout ing .Abandoned 'It i I j t Y Lines 83 WATERLINES WaterlLnes S83 Water Service Lines S87 Tapping Sleeves and Tapplng Valves S84 Gate Valves f,)r Water] ines S85 Flre Hydrants S86 SANITARY FORCE MAINS Sani~ary Sewer Force Maln S69 Air Release Valves (Wastewater Application) 896 272 027 SEWERS & DRAINAGE U27202 027203 27205 274 027402 027404 0276 027602 027606 (J27611 028 ?8020 I <~8040 U28300 n;~8320 GENERAL Manholes 862 Vacuum Testing of Sanitary Sewer Manholes and Structures FibergJass Manholes S58,Z1 STORM SEWERS Reinforced Concrete Pipe Culverts S60 (~()ncret e Box CuI vert s S66 SAN.] TARY SEWERS (GRAV rTY i Gravity Sanitary Sewers 861 Sanitary Serv'.ce Lines Television Inspection of Conduits SITE IMPROVEMENTS & LANDSCAPING Seeding 814 Sodding SH Pence Relocat on Sl: Crain Link Fence S7(, ; .~ O~ON~~;'I'E 1 GROUT OlO020 Portland Cement Concrete S40 (,2020 Reinforcing Steel S42 037040 Epoxy Compounds S44 (138000 Concret eSt. r-uctures S4 J [ABLE OF CONTENTS PAGE 3 of 6 ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 1 Page 1 of 4 05\ METAL; 050200 05'-':;420 WeLding S43 Frames, Grates, Rings and C:overs S57 PART T - TECHNICAL SPECIFICATIONS 022 EARTHWORK 022021 Control of;round Wat'~r 025 ROADWAY 0252 SUBGRADES AND BASES 02~) 2 23 Crushed Limestone Flexible Base 0256 CONCRETE WORK. 025620 Portland Cement Concrete Pavement SIGNALIZATION SPECIFICATIONS AND CUT-SHEETS PELCO Astro-Brac Horizontal Bracket Assemblies Cabinet Extension CARSON 81324 Heavy Duty Box CARSON 81730 Heavy Duty Box CARSON B2436 Heavy Duty Box Traffic Signal Cable Code Exhibit A - Revised Cam pinout PELCO Astro-Brac Camera Mountings CLIFFORD IMSA Signal Cable ISOTEC Video Cable HENKE ~BRPRISES Wiring Diagram for Video Camera Surge Suppression Filter PELCO Pedestrian Push Button Station Assembly SIEMENS 16-Inch Aluminum Pedestrian Signal #835B - Specification for TS 2-1992 Controller Unit #835V-4 - Specification for Video Detection Rack Mounted CPU System #866 Specification for Adjustable Polycarbonate LED Traffic Signals #927 - Specifications for Traffic Signals LED #953 Specification for Malfunction Management Unit #987 Specification for Uninterruptible Power Supply #988 - Specification for a LED Countdown Pedestrian Signal Special Specification TS 2-2003 Controller for Bond 2004 Projects Cabinet Assembly CARMANAH Internally Illuminated Street-Name Sign - R409 CARMANAH Backbrace Assembly DIALIGHT Excalibur Uniform Appearance Countdown Pedestrian Signals LIST OF DRAWINGS: SHT.NO. DESCRIPTION Title Sheet/Vicinlty Map Pre Ject Location Map General Notes and Testiny Schedules 4 Estimated Quantities Summary/Drawing Legends 5 8 Typical Proposed and ExL;tinq Cross Sections , Demolition/Removal Summary 10 Waterline Basemap ]1 Sanitary Sewer Basemap ] Storm Sewer Basemap ]1 Gas Basemap TABLE OF CONTENTS PAGE 4 of 6 ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 1 Page t of 4 14 i 5 16 18 19 20 ] 22 )~ ,,':) 6 ~7 .8 9 ,0 ~3 l4 39 44 45 ~b ,t 8 o 'j >:, r h4A '! o '.I d lA d B4 85 H 7 Surrounding Dr'tinage Area Map Baseline A ALignment Sheet Sta Baseline A Alignment Sheet Sta Basel ine B ALignment ~)heet Sta Baseline B Alignment Sheet Sta. Baseline B Alignment Sheet Sta Baseline C Al ignment ~;heet Sta Peoject Control Point Layout Water and Wast~water (Plan and Water and Wast~water (Plan and Water and Wast~water (Plan and Water and Wast)~water (Plan and Water and Wast0water (Plan and Water and Wastewater (Plan and Water and Wastewater (Plan and Water and Wast.'water (Plan and Water and Wast,"water (P] an and Water and Wastewater (Plan and Waterline Connection DetaIls Water and Wastewater Details Standard Water Details (Sheets 1 thru 5) Sanitary Sewer Standard Details (Sheets 1 thru 5) S'reet and Storm Water (Plan and Profile) Sta. 0+00 to Sta. 4+25 S'.reet and Storm Water IPlan and Profile) Sta. 4+25 to Sta. 9+25 Street and Storm Water (Plan and Profile) Sta. 9+25 to Sta. 13+75 Street and StOI~ Water (Plan and Profile) Sta. 13+75 to Sta. 18+50 S'reet and Stolm Water (Plan and Profile) Sta 18+50 to Sta. 23+50 Street and Stolm Watee (Plan and Profile) Sta 23+50 to Sta. 28+50 Street and Storm Water (Plan and Profile) Sta 28+50 to End .:;r reet and Stolm Water (Plan and Profile) Sta 0+00 to Sta. 5+40 (B.L. 'B') Street and Stolm Water (Plan and Profile) Sta 5+40 to Sta. 10+25 (B.L. 'B') Storm Water (Plan and Profile) Sta. 10+25 to Sta. 12+45.5 (B.L. 'B') .:;torm Water Drainage )itch (Plan and Profile) Sta. 12+45.5 to Sta. 16+75 Storm Water Drainage liten (Plan and Profile) Sta. 16+75 to Sta. 21+75 ,form Water Drc,inage Ditch (Plan dnd Profile) Sta. 21+75 to Sta. 26+75 ',1 om Water Dr"inage Diten (Plan and Profile) :::::ta. 26+75 to Sta. 31+75 ',t orm Water Ora lnage Diten (Plan and Profi Ie) Sta. 31+75 to Sta. 36+75 ',torm Water Drcinage Ditch (Plan and Profile) Sta. 36+75 to Sta. 40+75 Storm Water Drainage Ditch (Plan and Profile) Sta. 40+75 to End ,torm Water Drainage Ditch (Plan and Profile) Sta. 0+00 to Sta. 4+50 (B.L. 'C') :;torm Water:- Drainage Ditc.'J1 (Plan and Profile) Sta. 4+50 to End (B.L.'C') )t arm Water:- Latera] Detal -; DItch Cr:-oss;e(tions 'Ieadwall No 1 Detail,; Storm Water Miscellaneous Details Mlscellaneous Curb Ramp Details Miscellaneous Details Miscellaneous Fencing Deta~ls Cimarron Blvd. Striping Plan Sta. 0+00 to Sta. 21+75 Cimarron Blvd. Striping Plan Sta. 21+75 to End {or-ktown Blvd. .Stri ping p) an Sta 0+00 to Sta. 8+50 Cimarron Blvd. Signage Plan Sta. 0+00 to Sta. 21+75 ~imarron Blvd. Signage Plan Sta. 21+75 to Sta. 31+00 '{orktown Blvd. SignagE' Plan Sta. 0+00 to Sta. 8+50 Cimarron Blvd. Pollution Prevention Plan Sta. 0+00 to Sta. 21+75 "irnarron Blvd. Pollution Prevention Plan Sta. 21+75 to End Ycrktoml Blvd. Pollution Prevention Plan Sta. 0+00 to Sta. 14+00 Drainage Dit,:h Pollubon Plevention Plan Sta. ]4+00 to Sta. 28+20 Drainage Ditch Pollution Prevention Plan Sta. 28+20 to Sta. 43+87 Mireles Elementary School Pollution Prevention Plan rimarron Blvd. :onduit Layout Plan Sta. 0+00 to Sta. 21+75 rimarron Blvd. ~onduit Layout Plan Sta. 21+75 to End ~;tandard St.orm-vater Detai 1 s (Sheets 1 thru 2) Curb, Gutter and Sidewalk Standard Details Drivewav Standacd Detail,; !Sheets I thru 2) 0+00 to Sta 18+00 18+00 to Sta. 34+00 0+00 to Sta. 21+25 21+25 to Sta. 38+50 38+50 to Sta. 50+00 0+00 to Sta 8+00 <-} Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) 0+00 to Sta. 4+25 4+25 to Sta. 9+25 9+25 to Sta. 13+75 13+75 to Sta. 18+50 18+50 to Sta. 23+50 23+50 to Sta. 28+50 28+50 to Sta. 33+50 0+00 to Sta. 5+20 (B.L. 'B') 5+20 to Sta. 10+25 (B.L. 'B') 10+25 to Sta. 12+73 (B.L.'B') Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. 7 8 TJ\H1.E OF CONTENTS !'AGE ~ of '" ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 1 Page 3 of 4 ':l':1~9l n 93 y3A 94 95 96A "17 98 '19 100 101 102 i03 104 105 106 en-ll0 111 112 113 114 115 116 1 7 128 129 130 i3l 132 133 134 135 136 1 37 138 ] 39 140 141 142 143 144 45 147 148 149 Cu cb Ramp Deta Lls i SheeLE i thru 1I Storm Water Pollution Prevention Details Traffic Control Perimeter Map Suggested Traffic Control Stages Sequence of Construction and General Notes Traffic Control Sections Traff ie COn! ro I Plan (Stage II) Yorktown Intersection Traffic Control Plan (Stage II) Sta 0+00 to Sta. 21+00 Traffic Control Plan (Stage III) Yorktown Intersection Traffic Control Plan (Stage IV) Yorktown Intersection Traffic Control Plan (Stage V) Yorktown Intersection Traffic Control Plan (Stage VI) Yorktown Intersection Traffic Control Plan (Stage VII) Sta. 0+00 to Sta. 21+00 Tcaffic Control Plan (Stage VII) Sta. 21+00 to End Traffic Control Plan (Stage VIII) Sta. 0+00 to Sta. 21+00 Traffic ControL Plan (Stage VIII) Sta. 21+00 to Yorktown Intersection PM(l) OOA thru PM(4) -OOA Pavement Marking Standards Permanent Pavement Marking Detail POZ-LOC Sign Support Post and Socket System End of Road Barricade, Traffic Sign Assemblyjlnstallation Details and TCP Crosswalk Pavement Marking Detail TCP Notes 98 WZ(CD) 94 Work Zone Channelizing Devices on Flexible Supports BC(l) 03 thru 8C(12) -03 Barricade and Sign Standards Traffic Signal zation Plan Cimarron Blvd.jBison Dr. Traffic Signal zation Plan Cimarron Blvd.jYorktown Blvd. Traffic Signal Detail Wiring Diagram Cimarron Blvd.jBison Dr. Traffic Signal Detail Wiring Diagram Cimarron Blvd.jYorktown Blvd. Traffic Signallzation Miscellaneous Standard Details MA~C-96 Standard Assembly for Traffic Signal Support Structures MA C (ISLN) - 96 ~:tandard Assembly for Traff ic Signal Support Structures MA-D~OO Traffic Signal Support Structures CIP-mou Traffic Signal Head Mounting Detail SMA-lOa (2) -96 ~ingle Mast Arm Assembly (100 MPH Wind Zone) Traffic Signal Support Structures (Supplemental Detail) rs FD 96 TraffIC Signal ~)le Foundation llVDDS Detail Sheet SNS 95 Street Name Sign Details (Illuminated) LMA(l/-Ol thru LMA(3) 01 Traffic Signal Support Structures Pedestrian Signal Details Bison Dr~ Schoel Bus Lane Plan GEOTECHNICAL REPORT NOTICE AGREEIIENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND P A YMEIIT BOND l'M,LE OF CONTENTS Pl\GE I> of Ii ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 1 Page .. of 4 0258 025802 025803 025805 025807 025813 02581b 025818 025828 TRAFFIC CONTROLS & DEVICES Temporary 1 raffic Controls During Construction Traffic Signal Adjustments Abhreviated Pavement Markings S 101 Pavement Markings (Paint and Thermoplastic) S45 Preformed Striping and Emblems Raised Pavement Markers and Traffic Buttons Referencl Pavement Markers (Reflectorized) (TxDOT D-9-4200) Reference - Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026 U1J!JTIES 0262 GENERAl 026201 Waterline Riser Assemblies S79 026202 Hydrostatic Testing of Pressure Systems S89 02620b Ductile Iron Pipe and Fittings S81 026210 pve Pipe - A WW A C900 and C905 Pressure Pipe for Municipal Water Mains and Sanitary Sewer Force Mains S83 0262 14 Groutmg Abandoned Uti lily Lines S3 0264. 026402 026404 026409 0264 I 1 026416 .WATERLlNES Waterhnes S88 Water Service Lines S87 Tapping Sleeves and Tappmg Valves Gate Valves for Waterlines S85 Fire Hydrants S86 S84 026(L.. .SANlTARY FORCE MAINS < .ie 0'l6b02 Samtary Sewer Force Mam S69 826604 Air Release Valves (Wastewater Application) 896 027 SEWERS & DRAINAGE 0272. . .GENERAL 027202 Manholes S62 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes S58A 0274.. ..STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027404 Concrete Box Culverts S66 \276.. 027602 027606 027611 SANITARY SEWERS (GRA VITY) Gravity Sanitary Sewers S61 Sanitary Service Lines Television Inspection of Conduits ; "be . 01 3 Index of Standard Specifications ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 2 Page 1 of 1 SECTION 025412 eRlME COAT (S-30) 1A~haltic Material Qilly} I. DES~RlPTION This speclfication shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60" F and falling, but it may be applied when the air temperature is above 500 F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions. in the opinion of the Engineer. are not suitable. MAIERlALS rhe asphalt material used for the prime coat shall be MC-30 MC 70, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of Standard ";pecification Section 025404 "Asphalts. Oils and Emulsions" J. CONSIRUC]'IOi'LMETHODS When, III the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface may be c leaned by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly spnnkled with water just prior to application of the asphalt llaterial The asphalt material shall be applied on the clean surface by an approved type of self- )ropelled pressure distributor so operated as to distribute the material in the quantity specified, c:venly and smoothly under a pressure necessary for proper distribution. The Contractor shall .ovide all necessary facilities for detemlllling the temperature of the asphalt material in all of the :ating equipment and III the distnbutor. for determining the rate at which it is applied, and for curing uniformity at the junction of two distributor loads. ill storage tanks, PIping, retorts, booster tanks and distributors used in storing or handling asphalt ate rial shall be kept clean and III good operating condition at all times, and they shall be operated ," such manner that there will be no contamination of the asphalt material with foreign material. It ;111 be the responsibility of the ('ontraclor to provide and maintain in good working order a ;ording thermometer at the storage-heating unit at all times. The distributor shall have been 025412 h';v. 11 29/00 Page ] .:)f 2 ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 3 Page 1 of 2 recently calibrated and the Engineer shall be furnIshed an accurate and satisfactory record of such calibration. After beginning of the work. should the yield on the asphalt material applied appear to be in error, the distributor shall he cahhrated m a manner satisfactory to the Engineer before proceedmg with the work. Prime shall be applied at a temperature WIthin the recommended range per Standard Specification Section 025404 "Asphalts, Oils and EmulSIons", with that range being 70 to 150 125 to 175 degrees F fur MC-30 MC 70. Application rate shall be 0.15 gallon per square yard, unless otherwise specified. [he Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied pnme coat until authorized by the Engineer 4. MEASUREME.NJ AND P A YMENJ Unless mdicated otherwise in the Proposal, prime coat shall be measured by the gallon of prime applied Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for all freight involved; and 1()r all manipulation, labor, materials, tools, equipment and mcidentals necessary to complete the work 025412 [lev. 11/29/00 Page 2 of :2 ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 3 Page 2 of 2 SECTION 026604 AIR RELEASE V ALVES (S-96) (W-,~SThW A TER APPLICA nON) I DES(~~IPTION This specIficatIOn shall govern all work necessary to furnish and mstall all air release valves and accessones required to complete the work as shown on the drawings. 2. AIR]lliLEASE YALVl:: The automatic sewage air release valve shall be designed to operate under pressure to allow entrapped air to escape from a sewage t()fce main line, sewage pump, or wastewater system. After the air escapes out of the air release valve. the valve shall shut off until more air accumulates in it ,md the opening cycle will repeat automatically. rUe sewage air release valve must have a compound internal linkage of precision molded delrin. A.II other internals must be stainless steel to positively prevent galvanic action. The float rod shall be 20 inches long to proVIde an alr gap between the linkage and waste level inside the valve to retard the waste solIds from cloggmg the linkage. Each valve shall be complete with hose and hlow-otT valves to permit back flushing without dismantling the valve. Body and Cover Cast Iron Internal Oelrin Linkage Stainless Float Buna-N Exterior Paint Red Lead ASTM A48, Class 30 ASTM 02133 ASTM A240 ASTM SB800 TTP 86 B, Type IV Valve Height 17'12" . with back flushing attachments - 25Yz" Inlet Size = 2" I.P.l Orifice Size 5116' Minimum Capacity -= 20 CFM @ 15 PSIG Operating Pressure Range = 10 to 25 PSIG Type: APCa 400 W A or approved equal 026604 I<ev. 11/12/99 Page 1 of 2 ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 4 Page 1 of 2 Accessorres Service Saddle: See Drawmgs rwo - 2" LP.T. Short Nipples (>Dc - 2" l.PI'. Shut-Off Valve (Gate Valve) One - I" J.PI'. Short Nipple One- 1" l.P T. Blow-Off Valve (Gate Valve) One I W' J.P.T 90 Elbow One 1I2" J.P.T. Nipple One- 1/2" J.P.T. Shut-Off Valve (Gate Valve) fwo 1I2" I.P.T. Quick COImect Valve Couplings One - Rubber Hose (10' Minimum Length) with Two Quick Connect Couplings for In-Place Back Flushing 3~ OPERATION &}vlAINTENANCE MANUAL AND FIELD SERVICE fhe Contractor shall submit five (')) sets of detailed drawing and specifications with installation lllstructions and mamtenance procedures for the Engineer's review prior to installation. The manufacturer's field representative shall check installation and make any required adjustments prior to operation of system. 4. MEA~UREMENJ AND PAY1yIEN] Unless mdlcated othenvise in the Proposal, air release valves and accessories shall be measured as units and shall include, but not be limited to, valve, accessories and vault. Payment shall include all materials, labor, tools, equipment and Illcidentals required to complete the work. 026604 PPV. 11/12/99 Page 2 of ;~ ADDENDUM #4 ADDENDUM NO. 4 Attachment No. 4 Page 2 of 2 CITY Of' CORPUS CHRISTI CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIREIJES) INDEX OF SIGNALIZATION SPECIFICATIONS AND CUT-SHEETS PELCO Astra-Brae Horizontal Bracket Assemblies Cabinet Extension CARSON H 1324 Heavy Duty Box CARSON H 1730 Heavy Duty Box (~ARSON H2436 Heavy Duty Box ['raffie Signal Cable Code Exhibit A Revised Cam Pinout PELCO Astra-Brae Camera Mountmgs CLIFFORD IMSA SIgnal Cable iSOTEC Video Cable HENKE ENTERPRISES Wiring Diagram for Video Camera Surge Suppression Filter PELCO Pedestrian Push Button Station Assembly SIEMENS 16-Ineh Aluminum Pedestrian Signal '835B. Specification for 1'S 21992 Controller Unit !t835V-4 - SpecificatIOn for Video DetectIOn Rack Mounted CPU System ,t866 - Specification for Adjustable Polycarbonate LED Traffic Signals r927 - Specifications for Traffic Signals I,ED 1953 - Specification tor Malfunction Management Unit 1987 - Specification for Un interruptible Power Supply '1)88 - Specification for a LED Countdown Pedestrian Signal ~pecial Specification TS 2-2003 Controller for Bond 2004 Projects Cabinet Assembly !\RMANAH Internally Illuminated Street-Name Sign R409 \. ARMANAH Backbrace Assembly ,)IALIGHT Excalibur Uniform Appearance Countdown Pedestrian Signals jJe 1 ot I '" , jex of SignalizatIOn Specifications & Cut-Sheets ADDENDUM #4 ADDENDUM NO. 4 Attachment No. SA Page 1 of ]. 3 5 , ~~f' '.~~~"I "~'l" ;1, / L> ft , '" ~~. fr ./ ~ OPTIONS SIGNo6.l SECTION: 3, 4. or 5 BAND LENGTH "-. 29",36".42".48", or !;6-=-- CGB 055"-0.65" WIre size O.63"-O.75"wize STAINLESS UPGRADE ~-^-- PAINT ..--- 4 ,2) 5 The Astro-Brac in fts various configurations is a truly universal system for mounting signals The Astro-Brac easily adapts to mount signals horizontally from a mast arm or span wire. When adjustments for skewed angles are necessary, the Articulating Astra-Brae is a must. 6 (~ i.~ ~ ,~~0 4'.~ OPTIONS SIGNAl SECTION: 3, 4. or 5 CABLE LENGTH 62".84", or 96" CGB 0.55"-0.65" I/liIRE SlZE 0.63"-0.75" I/liIRE SIZE -_._..._~ PAINT DESCRIPTION PART NO. ITEM as HORIZONTAL MAST ARM ASSY, Stellar Series: PNay Band Mount ........................................... AS-0124 1-Way Cable MOunt..................................................... A5-0194 ASTRO-BRAC CLAMP KIT, Stellar Series: Band Mount .................................................. AS-3004 Cable Mount .................................................. AS-3009 TUBE, Aluminum. 1~" x length............................................. SE-0484 ARM KIT, 8~. CTC. Tapped for 314" CGB ............................ AB-4001 CGB, 0.55.-0.65" \Mre Size ...................................... SE-4028 CGB, 063"-O.7S"'Mre Size . . .. ................................. SE-0490 3 4 5 6 7 ~ 1 AU assemblies are supplied standard with stainless fasteners and natural aluminum alodine coating. Stainless upgrade to include stainlesS steel clamp screw where applicable. 2 See pages T1-8 Itlru T1-14 for damp kit pole diameter options. :3 Please specify options when ordering. ~-~- 7 6 CGB Option '0SI1 . ADDENDUM NO. 4 Attachment No. SB Page 1 of 1 n lJ lJJ ~:l \,j) i?--: nJ , <1 'j , :n lu \. :j 7 (L Z loJ <1 '" LJ <1 '" U (l ,> '" -' '" '-'1 <1 u (Y <1 I, " <=I LJ Z Z Z Lli <1 ;;; <=I " y V1 <1 u u ,-" [J rJ ry W f-- <I , Q '" N V1 <1 ,~ L 7 CO LJ Z IY 1 <[ Y (Y <=I '..1 L <1 [] Z Z CO U L <[ ',..I -1 (} 0 ~ " <1 V1 VJ n :ic l,j V1 <[ _J L OJ [] T LJ \{~ I >- Z '" " If) r- I I I :0 I 0 I f\j I L~ -'I ''{ i t -f -: c::: C) a:. l -- -j -) ADDENDUM NO. Attachment No. Page 1 of 1 4 5C CARS@N Glendora, California olHrw 800.735.5566 'hone}()9.592.627? !,.x 109.592 79"' qoscommon. Ireland 'hone 15.39.0:3.2592::- i,e 390:' )"'1;' 5" 'cr ~.,. H Seri,es H1324 Heavy Duty Covert Material: Polymer Concrete Weight: 47.0 Ibs. (21.3 kgs) Model: H1324-P1 Skid Resistant SUifac~ (Material and co~ dimensions compliant with WUC, Guide 3.63) -+ " B , '.- 14" nm .:d /8 ,,;8' _)0: 9' (?29.nm) -~ -.. E< " 7F-efT loI' ()~ ;t~, "Ill;' Bodies (12",. 15",18") Material: Polytrier Concrete Model: H1324-12 (52~0 Ibs./23.5kgs) A. 12" (305 mm) 8. 10" (254 mm) C.21-1116"(536mm) D.119116"(295mm) Model: H1324-15 (60:0 Ibs./27.2 kgs) A. 15' (381 mm) B. 13" (330 mm) C. 21" (534 mm) D. 111(l' (293 mm) Model: H1324-18 (69.0 Ibs./31.Q kgs) A. 18" (457mm) ,8. 16" (400 mm) C. 20-15/16" (533 mm) 'D. 117116" (291 mm) Bottom extension Material:. Polymer Cor1crete Model: H1324-9X (33.0 Ibs./15 kgs) Tolerances Cover i: 118" (3 mm); Body :1:118" (3 mm) Foot:!: 1/16" (2 mm); Heighf;t 1/4" (6 mm) Fasteners: 2 each (optional 4 ea) 3/8-16 UNC. Stainless Steel. Hex Head with Washer; Opti()ns: Captive. bolt and floating nut, size. quantity, type head are available. Cover ldentificatioriis blank unless specified Pull Slot 1/2" x4" (13 mm x 102 mm) Steel Covers Optiol1al Box~s all! stackabkl. 1 f!" d~ shall be usedas the lower. bOX only. Vertical load ratings are stated for. sIngle boxes. FOI' units With MOUSi:HOLES. subtract 2 100 from Unit Weight. . . . " Weights ma.y vary !l(ighttY.Dimensions in inches. with metric~tiivlilents; Revision Date 4/2003 1U>DENDUM NO. 4 Attachment No. 5D page 1 of 2 HeMDutr A Standard Test Method Carson Industries, LLC Glenclora, California Toll-Free: 800.735.5566 Phone: 909.592.6272 Fax: 909.592.7971 Roscommon. Ireland Phone: 35.39.03.25922 Fax: 35.39.03.25921 PropertIes of Raw Material ASTM Designation Test Results Compressive Strength ofPo~erConcretes Compressive Strength C 579-96 11,000 psi Flexural Strength and Modulus of Elasticity Flexural Strength C 580-93 1,800 psi ofPo~erConcretes Modulus of Elasticity 2,900,000 psi -_._---~-~ _._--~. Chemical Resistance of Po~ Concretes Chemical Resistance C 267-97 Pass4 ----~- ~--- Detennination of Impact Resistance by means of a Tup (falling weight) Impact Resistance D 2444-93 PassS 'AASHTO H-10, ASTM C 857, A-8, 8,000 100 Design load. Static Vertical load Rating >22,880 Ibf. AASHTO H-20, ASTM C 857 A-16, 16,000 100 Design load. Static Vertical load Rating> 45,760 Ibf 'Coefficient of Friction (ASTM Cl028) >0.5 "Western Underground Committee, Guide 3.6 'Specimens exposed to ten reagents (alkalis, acids and petroleum distillates) experience <2% weight and dimensional change and retain> 75 % of average Compressive Strength. Usting of reagents and test reports available upon request. 'Capable of withstanding 70 It Ibs impact with a type "C" Tup. UNIT 1324-12 Q!m. De&a1DtIon ~ A Height 66" B Length 42" C Width 48" Units: 20 pe.- pallet Weight: 2.025 Ibo. pe.- pallet BODY 1324-12 Q!m. Desct1D1Ion IIaIue A Height 58" B Length 42" C Width 48" Units: 20 per pallet Weight 1.0651bs per pallet COVER Q!!:n, Desct1DtIon Value A Height 46" B length 42" C Width 48" Unl1s: lOOper pallet Weight 4 745 Ibs. pe.- pallet UNIT 1324-15 !2!m. DescrlDIlon Yl!!lI!! A Height 81" B Length 42" C Width 48' UnIts: 20 pe.- pallet Weight: 2, 1851bs. per pallet UNIT 1324-18 DIm. De&crtDlIon Yl!!lm A Height 96" B Length 42" C Width 48" Units: 15 per pallet Weight: 1,785 Ibs. per pallet BODY 1324-15 otm. DescrlDUon Value A Height 73" B Length 42" C Width 48" Units: 20 per pallet Weight: 1.245 Ibs. per pallet BODY 1324-18 Dim. DescrlotIon ~ A Height 88" B length 42" C Width 48" Unit&: 15 per palle1 Weight: 1,080 Ibs. per pallet BOTTOM EXTENSION Dim. ~Ilon Value A Height 47" B Length 42" C Wodth 48' UnltIi: 25 per pallet Weight: 670 Ibs. per pallet Alllntormalion contained In this brochure was current at the time of printing. Because of Carson Industries' policy of ongoing research and development, the Company reserves the right to discontinue or update product informatloo without notice. ADDENDOK NO, 4 Attachment No, SD Page 2 of 2 CARS~N Glendora, Califomia loll-I 'Ae 800.735.5566 'hone 909.592.627? -iX 'lO9.592 ;'< ; Roscommon, Ireland ''101,"'' i5.39.03.2592/ '5 39 0'1 jc.g~ . r 2 ':.:1 l B I I L ~ '4" 1m MC;(kC )pelw)() )otlor a .. ?,; }-]" -, ;~ ~: tl(lCkUi)t~:. ., 4 '-15.i; ~rn '('('Hi,! "" .. f g' f (229 rnm) t MSe'ries H'1730 HeaVy Duty Cover1 Material: Polymer Concrete Weight:. 75.0 Ibs. (34 kgs) Model: H173o-P1 Skid Resistant surface2 (Material and cover dimensions compliant with wue, Guide 3.63) Bodies (12"~18"J24") Material: Polymer Concrete Modet H173o-12(65Ibs.(29.41<gsy A 12" (305 mm) n B 10" (254mm) G 28Stl6"(720mm) [) 15 sh6" (390 mm) Model; H1730-18 (92JbsJ41.7 kgs) A 18" (457 mmf B 16' (406ium) G 28 3/16" (716 mm) D 15 3116" (386 mm) Modet H173o-24 (117Ibs./53.0 kgs) A 24" (610 mm) . · B 22' (559 mm) G 281n6" (712 mm) D 151n6" (382 mm) Bottom Extension Material: Polymer Concrete Model: H173o-9X (45 IbsJ20 kgs) Tolerances Cover 1:1/8' (3 mm); Body :!: 1/8" (3 mm) Foot:!:1/16" (2 mm); Height:!:1/4' (6 mm) Fasteners: 2 13ach(optiQnal 4ea) 3/8-16 UNC, Stainless Steel, Hex Head with Washer; Options: Captiv~boltand floating nut, size, quaJ')tjty, typeliead are available. Cover Identificati6ll is blank unless specified pun Slot 1/2" ><,4" (13 mm x 102 mm) Steel CoversOptiorial Boxes are stackable. 24" deep shall be used as the lower box 0J'IIy. vertical load ratings are statedJor single boxes. For units with MOLoEDQPEN1NGS, subtract 2 100 lrpm Unitl,VElight. Weights may varyslightty.Oimensions in inches with metric equi\i~ents. Revision Date 412003 ADDENDUM NO. 4 Attachment No. 5E Page 1 of 2 ~:t- H"" Duly A Standard Test Method Properties of Raw Material Carson Industries, LLC Glendora. California Toll-Free: 800.735.5566 Phone: 909.592.6272 Fax: 909.592.7971 A_. Ireland Phone: 35.39.03.25922 Fax: 35.39.03.25921 ASTM Designation Test Results Compressive Strength of Polymer Concretes Compressive Strength C 579-96 Flexural Strength and Modulus of Elasticity of Polymer Concretes Chemical Resistance of Polymer Concretes Determination of Impact Resistance by means of a Tup (falling weight) 11,000 psi Flexural Strength Modulus of Elasticity C 580-93 1,800 psi 2,900,000 psi C 267-97 Pass4 Chemical Resistance UNIT 17>>18 P\m. De&criotlon 1l!!!!.HI A Height 42" B Length 42" G Width 54" Units: 9 pe< pallet Weight: 1,047 Ibs. pe< pallet BODY 1730-18 DIm. ~tIon ~ A Height 56" B Length 42" G Width 54" Unit&: 9 pe< pallet WeIght: 873 100. pe< pallel BOTTOM EXTENSION DIm. DescriDtIon ~ A Height 47" B Length 42" C Width 48" Units: 15 pe< pallet WeIght: 720 Ibs. pe< pallet D 2444-93 Pass5 Impact Resistance 'AASHTO H-10, ASTM C 857, A-B, 8,000 Ibs Design Load. Static Vertical Load Rating >22,880 Ibf. AASHTO H-20, ASTM C 857 A-16, 16,000 100 Design Load. Static Vertical Load Rating> 45,760 Ibf 2Coefficient of Friction (ASTM C1028) >0.5 "Western Underground Committee, Guide 3.6 'Specimens exposed to ten reagents (alkalis, acids and petroleum distillates) experience <2% weight and dimensional change and retain >75% of average Compressive Strength. Usting of reagents and test reports available upon request 'capable of withstanding 70 ft Ibs impact with a type "C" Tup. UNIT 17>>15 DIm. o-:rtDtIon ~ A Height 54" B Length 42" C Width 54" UnIt&: 12 pe< pallet WeIght: '7251bs. pe< pallet BODY 1730-15 DJm. o-:rtDtIon ~ A Height 58" B length 42" C Width 54' UnIts: 15 pe< pallet WeIght: 1.020 Ibs. pe< paIIeI COVER ~~~ A Height 36" B Length 42" C Width 48" Units: 145 pe< pallet WeIght: 3.420 Ibs. per pallet UNIT 17>>24 DIm. DescriotJon Yl!!Im A Height 54" B length 42" C Width 54" UnIts: 6 per pallet WeIght: 1,197 I>s. pe< pallet BODY 1130-24 DIm. lle&crlDtIon Yl!!II!! A Height 52" B Length 42" C Width 54" Unit&: 6 pe< pallet WeIght: 747 100. pe< paJel All information contained in this brochure was current at the time of printing. Because 0/ Carson Industries' policy of ongoing research and dewlopment. the Company reserves the rlght to discontinue 04' update product Information wlthout no/ice. ADDENDUM NO. 4 Attachment No. 5E Page 2 of 2 CARS-@-N Glendora, California roll F roo 800.735.5566 Phone 909.592.6272 ! ax Q09.592.7971 NOUSTRIES lL' ......:I;lI__~.:'I.:'...:I:.a:l~:II=.=I._'r..I......."....I~ Roscommon, Irefand "h<",p l5.39.03.25922 3' i5 39 03)C9~" i4" '11m. Mollie< : )penln:J )pth1n;" j 8 ,'.JJ "'] 3' 1:) ifT. -'".. ~ -1 g' (229 mm) 13: ..M:' 16 "7{~ '-'!TI' :..,." CKOUTS .')r ,.I'(rJP HSeries H2436 Heavy Duty Covert Material: Polymer Concrete Weight: 185.0 100. (83.9 kgs) Model: " ," H2436-P1 Skid Resistant Surface2 (Materiatand cOver dimensions compliant with WUG, Guide 3.63) "Bodies (18"', 24'') Material: Polymer Concrete Model: H2436-18 (128 Ibs./58 kgs} A. 18' (457 rrim) " 8. 15" (381 min) C. 33118':(841 mm) D. 211(2" (546 mm) Model:H2436-24 (147Ibs./66.7 kgs) "A. 24" (610 mm) B. 21" (533 mm) C. 32 718" (836 mm) D. 21114" (540 mm) Bottom Extension Material: Polymer "Concrete Model: H2436-9X (60.0 IbsJ27 kgs) Tolerances Cover :t118" (3 mm); BodY:t118" (3 mm) Foot :t1/16" (2 mm); Height:t1l4" (6 mm) Fastener$: 2 each (optional 4 ea) 112-13 UNC, StainlessSteet, Hex Head with Washer; Options: Cl3Ptive bolt arid floating nut, size,.quantity, type head are available. Cover IdentificatiOl'l is blank unless specified Pull Slot 112" x 4" (13 mm x 102 mm) Steel CoVers Optional Boxes an: stack.alJle. 24" deep shall be used as the lowerb()x omy. Vertical load ratings ~stat6cl tClr'sin91e boxes. For units With MOLDED OPENINGS, subtract 21bs fromlJnit Weight. Weights l11ay varysfigntly. Dimensions in inches with metric equivalents. Revision Date 4/2003 ADDENDUM NO. 4 Attachment No. SF Paqe 1 of 2 -.I _._- .-....- _m~.__'''__,,__ Standard Properties of ASTM Test u Test Method Raw Material Designation Results ~-_. ~-._.- Compressive Strength of Polymer Concretes Compressive Strength C 579-96 11,000 psi Flexural Strength and Modulus of Elasticity Flexural Strength C 580-93 1,800 psi of Polymer Concretes Modulus of Elasticity 2,900,000 psi Chemical Resistance of Polymer Concretes Chemical Resistance C 267-97 Pass" Determination of Impact Resistance by means of a T up (falling weight) Impact Resistance D 2444-93 PassS Het <, Duty ,)"1 181;.'.c. .. . .. ~~~ = 53_8 cu. ft.;', - 24": - fasSenibiles, = 69.6 cu. ft.;c 8D C".>f. ~"~~ ~. . .:~~; ~ --::~;:!: -"r :~ A Carson Industries, LLC Glenclora, Caf'lfomia TolI-Free: 800.735.5566 Phone: 909.592.6272 Fax: 909.592.7971 Roscommon, Ireland Phone: 35.39.03.25922 Fax: 35.39.03.25921 'AASHTO H-1D, ASTM C 857, A-8, 8,000 Ibs Design Load. Static Vertical Load Rating >22,880 Ibf. AASHTO H-2D, ASTM C 857 A-16, 16,000 Ibs Design Load. Static Vertical Load Rating> 45,760 Ibf 'Coefficient of Friction (ASTM C1028) >0.5 'Western Underground Committee, Guide 3.6 <Specimens exposed to ten reagents (alkalis, acids and petroleum distillates) experience <2% weight and dimensional change and retain >75% of average Compressive Strength. Usting of reagents and test reports available upon request. 'Capable of withstanding 7D ft Ibs impact with a type .C' Tup. UNIT _18 .!1!m. o.crtotIon YI!l!!! A Height 42" B Length 42- C Width 54' Units: 4 per pallet WelgIrt: 1,297 Ib6. per pallet BODY _18 QIm, Desc:mllon ~ A Height 40" B l.ength 42" C Width 54" UnIts: 4 per pallet WeIght: 557 Ills. per pallet COVER DIm. Desc:mllon ~ A Height 21" B Length 42" C Width 48" Units: 10 per pallet WeIght: 1.895 Ills. per pallet UNIT _24 DIm. DescrIDlIon ~ A Height 81" B Length 42" C WIdth 48" UnIts: 20 per pallet WeIght: 2. 185 bs. per pallet 800Y_24 QIm" Desc:m1lon ~ A Height 51' B Length 42" C Width 54" Units: 4 per pallet WeIght: 633 Ills. per panel BOTTOM EXTENSION DIm. Desc:mlIon ~ A Height 47" B Length 42" C WIdth 48" UnIl5: 5 per pallet weight: 345 Ibs. per pallet All Information contained In this brochure was current at the time of printing. Because of Carson Induslrles' policy of ongoing research and development, the Company reserves the right to discontinue or update product information w~hout notice. ADDENDUM NO" 4 Attachment No" SF Page 2 of 2 16 COIIductor IMSA Spec 19-1/Stranded Signal Cable Color Code Cont...ller Cabinet to each Signal Pole Cable Color: Red ( )range Green Blue i WhitelBlack Red/Beck GreenIBlack RedlWhite Green/White 13lack/Iled B lack/White BluelWhite Black ;)rangeIBlack Blue/Black White Signal Head: Red Ball Amber Ball Green Ball Green Arrow Amber Arrow Ped DfW Phase 2 or 6 Ped Walk Phase 2 or 6 Ped DfW Phase 4 or 8 Ped Walk Phase 4 or 8 Ped Button Phase 2 or 6 Ped Button Phase 4 or 8 ILL Street Name Sign Luminaire Street Light Spare Spare Neutral 4 COMuetor IMSA Spec 19-1/Stranded Signal Cable Color Code 3-section signal head & Ped signal , Cable Color: Signal Head: I Red Red Ball B~k Amber Ball Green Green Ball White Neutral 7 Conductor IMSA Spec 19-1/Stranded Signal Cable Color Code 5-section signal head Cable Color: Red Orange Green Blue WhitelBlack Black White Signal Head: Red Ball Amber Ball Green Ball Green Arrow Amber Arrow Spare Neutral ADDENDUM NO. 4 AttacbmefitNo" SG- Page 1 of 1 FFOJrcr cjffiEE .,LV': ""PAFFIC ';IGNAl '.,,)ANDARDS $HEEl 1 Of 15 SCALE NONE. ~- f~ ,,", ~,~,~ -- ~- - -- ] rlf~ PII~ - --~- / I l" I \,1<- ( \ I, \ r- \ tiC dE' hiE' j lit I] i]1 ! fil,l F ,\k! , d;>1 11 it.Jl) i \ ! i i! ~ 1 tJ I tJl i JHHIJfJ ~, ,[ v/lR! 1 I'i (j) ('0 (ED " /...... '---.... (t~) ~"', , rT :1,'\ \ [j , --."./ 0) ) I / / ~) ~ (1) / OF) ! f- I: ,i<Jr' Revised 04/2\ /06 Last printed 04/21/06 2:21 PM (',q[ ! !"1A <HEAD) H (~ T [) TIRE CAMERA CQNJ\lEClQR PINOUT NAUE DATE 2 28 Mo 2003 DRAWN rJP 21 AUCUST-20Dl 1 5 0 Mhffi:"': 2002 CHECK 0 0 21 AUGUST 2001 APPROvED :A['JISlON OAT[ ADDENDUM NO. 4 Attachment No. SH Page 1 of 1 , . )eb~:.~. t, r:J1 F ~..~ A "'1 () UN TIN G S ~ ... ~ ,,,, A.5tru Urne I' 2 ITEM DESCRIPTION PART NO. 11 12 VIDEO DETECTION CAMERA BRACKET Extended Tilt & Pan: Band Mount. 1-Piece .............................................................. AB-0170 Band Mount, 2-Piece.............................................................. AB-0172 Band MOlUlt wI Service INire Outlet, 1-Piece ............................ AB-0177 Band Mount wI Service INire Outlet, 2-Piece ............................ AB-0173 Cable Mount, 1-Piece ............................................................. AB-017S Cable Mount, 2-Piece ............................................................... AB-0169 Cable Mount wi Service Vlfire Outlet, 1-Piece ........................... AB-0166 Cable Motrt wi Service Vlfire Outlet. 2-Piece ........................... AB-0164 ASTRO-BRAC CLAMP KIT: 9 Band Mount. ........ . ............................................................. AB-3004 10 Cable Mount........ .. ............................................................... AB-3009 CAMERA MOUNTING BRACKET: 11 l-Piece, Alum. .............................................................. SH-OS14 12 2.Piece. Alum.......................................................... SH-OS1S ~, !\.~ 'f 1-" '~("'i f\~:J ./~' I ~L ,~~ '~f, "~~I ~ t" 9 (3'. .~\ l.J i~" .'. J }1 ~; ~. \J~t (4 ""..~ ...~..:.....~.:....~..1 .- . : .'''' "-- ' . t~ ~-..:_--\. ~ 1 All assemblies are supplied standard with stainless steel fasteners. Stainless steel upgrade shall include stainless damp screw kit where applicable. 2 1-piece bracket for mounting Iteris, Odetics. or Econolite Solo Pro type cameras. 2-piece bracket for mounting Bur1e type cameras. 3 Camera motrt assemblies are available with Stellar Series Clamp Kits. To order, use prefix AS with part number. <I Please specify options when ordering. (~~(.~ \ jfJ~ ~~ ITEM 1-4 OPTIONS TUBE LENGTH 23", 37". 46". or.l.4- BAND LENGTH 2fT'. 36". 42". 48", or 56" STAINLESS UPGRADE _._-~_....- PAINT (5) (6) (i) ~. .1i) . I j i& .~\ ~_~~__: ji ~1~:1 r~tJ! r')it ,/. i \ \'-.1 \'"... ',.D @ /A(' ( '~ ~.".,.........." ! " \ 1:4 ,,-, 1 / ' ( ." Cj~ ITEM 5-8 OPTIONS TUBE LENGTH: 23",37",46",01'74" CABLE LENGTH: 62",84",01'96" PAINT 10 ADDENDUM NO. 4 Attachment No. SI Page 1 of 1 h:'l: t LJt, t ~'AGE 111 1M' '" SJ)eC (,a'lle , ~. CLIFFORD OF VERMO",-r -,..-=--=-- :-=- .1\4; -.,.., IMSA Spec 19-1 and 20-1 Sil"al Cable Ae....1 and Duct, 600 Volt Rating Color-Code PerTable 5.1 (see page 1) CondUiMol"e Solid bare copper (Customer may specify otherwise) Insulation Polyethylene, 600 volt rating CondUlltor Co~ation Straight lay, not twisted pairs Shield NODe Jacket IM8A 19.1 Polyvinyl Chloride (PVC) IMSA 20-1 Polyethylene (FE) Physical Characteristics .Stand3ro 6toclcing item:!;. Other lteme are avaUable on requ,e6t. and may require minimum quantities. _.-....--.v. ._" -"--"' _.- .'-', ,- 6AWG -2 Stranded 480 0.18 .045 205 8AWG "2 SclidlStranded 450 0.16 .045 184 .0 AWG "2 SohdlStrand&d .430 0.15 .040 120 uAWG '2 SolidlStranded 405 0.13 .045 90 '3 SolidlStranded .425 0.14 .0"'5 115 .. Su-anded 460 0.16 .045 161 "5 SolidlStranded 505 0.20 .045 170 '7 SolidlStranded .675 0.26 .060 240 *9 SolidlStrand&d 725 0.41 .000 aoo '12 SolidlStn.tlded 745 0.44 .060 400 16 SolidlStranded 875 060 .060 490 HAWG "2 SohdlStnmdtd 345 0.10 .045 70 "3 Soli~b'etlded 365 O.ll .().t5 65 '4 SolidlStranded .396 0.13 .045 100 '5 SolidlStnlnded .<<26 0.14 .~ 120 '7 SolidlStranded (65 0.17 .045 160 "9 SolicWtr..,ded 615 0.29 .OG() 200 "10 SolidlStt-anded 615 0.29 .060 230 *12 SoUdtStraDdecl .636 0.33 .060 270 15 SolidlStranded .685 0.38 .060 310 "16 SobdlStranded 715 0.41 .060 33() 19 .735 0.44 .060 40 +:l(l SolldfS'~anded 750 0.-'14 .oeo 4.40 24 885 0.64 .080 500 .2li Solid 895 0.64 .080 520 30 .9)5 0.71 .080 650 37 1 .0-'15 0.87 .080 660 4 Call Toll Free 8 am to 6 pm EST 1-800-451-43""81 c:ablesales@tvclnc;.c:om www.clltfordvt.com Fax: 802-234- .AI>J:}ENBUM NO. 4 Attachment No. SJ Paae 1 of 1 Approx. Cable Area iocb' N_h,.el Jacket 'l'hl"~1I inches Appro.. Cable We1fht IbaIM-ft. No. co..ducto.... CondUdor AvaUaJ.U1ty Nominal Outside Vi.. inches <: (9 0 SUJ i:: -q:~ OUJ ~ C'\l-J UJ>- ~~ 0: ~~ >--J <3 ~O llJQ >- . ~ -J1O O~ Q . CI) . c:i <0_ ....<:( ..... 00:: .CO 0 0::0:: ~ ~~ QQ Q 00 00 0 UJUJ 0::0:: g: <:(<:( COco <0 ~* r-.:1O (/)0) O::lLi O~ I-UJ g>! a~ ~ O~ o-J 100 ~Q~ S:~O -q:d:5 Q)u..Q) .... - I- '<ollJ ~lC)~ ~~o UJ 0:: -::~ ~UJo llJQ::::,. UJ ujClQ ...J C'\l 0 . 00 (l) (/)UJC"> 0::0::0 <( e-q:-J () 0 OCO-J 0 ::JQ~ I t- a:::illJ <0 U <0 ~O::::,. 6 ~ 0(/)0 o - . U ("') <OO::~ X 00 ~1-:5 _oco (/)::)1- ~ 0:: OQUJ w Q~~ ItI .. ~OO :::!EO:: 00<:( :::)w 0--, S ziti :::!E w:::) .....z 0..... :::)0:: Q<( Z .....a.. 0:: a:: 0 <(w i= rIJ. a.:::!E a.. 00 ii: w..... 0 .....en en t t 0:::) w ~o 0 o:,cU(f)~>U<{O<{rl:i:: MU>W..-OozmmLL O::io..>-lOg<o I-I-~~ l1) C/)C/) mm ...J ...J r- 0 (X) 0 0).... (") en .. en..,j .. w ..... w .. <( C)...J ..:.: J: z 0:: ;;;: Z >-.. J: ,ft ~ 0 i:i:i .: i= C:i t; 0 C> ~ U ...J ..... C <( Z z.. - W :EO<( do::-o::wc>w3t .....U:::!Eo...Jw~o~~3tC) ...............o::c(C>O::w...JC>O::z wwwo~c(a:~.....~~Q: ~~~O:::!E!3 .....zoa.a. uoo~oo~...Jii:c(O:E ~~~o::z>.....:::)a.a.oen U c:o ~g uO :>C/)W ...J 0(90.. ~ t5~~&,:> u;;<3~~~ .... N U ,z Z U c:o ~~~ ZZm W Z W ...J >- I I- W~ >- U. . ~~5::i~~ zzo..mON (/)uw ~CD~ I- <0-1 U~>- :>r-r 0(9;- Z~~ O<{-1 UcoO n T""""" a. Z ~ o 0::: m ')i U ::i c:o Z W W a:: C> o W 0::: w . I- ~I~~~~~~~~~~ O~ZZZZZZZZZZ W .:.: a.. z ~cii ::>.. en Oc>ZW OzOZ en --~ en ~c""'O W c( Z j - .. 0: z a.. c( ...... J: .. WOO C .. 0 ~ ::-,O::...J.....w ZW" ~.....enzc Iii owa....J2C Oen:!:OO 0:: 3c>>-OJ:O I-~>--u - ....w.....u........J u a::..... .. 3t t:...J...............c( C=> ~ <( j 00:: 9 .. z C:i g ..... w w w :!: ....:::!E:::) ww--....z~~~:::!E ~~ii:en5:E~~~~ii:~~~0 uC>a.:!:oen.....cltloa...,..,..,z ui .r. i:n c ~ U U o E o u . ~~ ~ 'E o 0 - c .f! en 0-- - c ..... 0 ~~ o E ..... ..... os cf!. .~ ~~ -ss g-~ .9- ~ 7ii III iV~ ~ ~ en III ~ Qj #. ~1D o ~ ..... E "-~"*Ill i:'"";t-U .. +- :5 ~ 8.. 01 III c 8 5i en ~ c: .....J ~ ~ E u c o CD "0 ..Ie: I- (5 0 .2 ~I-E~ '0. s ~ Iii .9- g> c ~ t5~~~ en w ..... o z on 8 N i:: ~ :,; ., a: Iii ..... c( o ui c o ~ "'" '0 Q) a. en "E ~ ~ u .E c r:: g o ..... U ~ CD en t::~ 8 ~ o u - Q) 1)0 CD en :0':: ::l ~ en 0 Q) >- ..... - (II U ~ .f! e 5 Qj U . 01 - E c Q) ... ~~'E 'C g 8 0.._ ~ en ~ ,g '0 o .'!: ell +> ~ ~ ~ Q) "'" 01 C '0 c.2' QI III fI) ~-5s Q).2s iiUe: ..... Q) 0 5 .~.- 0.00 (II ii: ~ Q) Q) -0 "'C '- e > III a. o en 0 0.5"- .e:;;5:l t:.ggJ ~ '0 a; QI CD ... ~g..8 ~go QI-oc me;;: ~ a. ~ E"Eiii U .g 'C .!!c:.$ o III III .!!Ci5~ z C) Ui W o w > o In <( LL o W u z c( l- n. w U U c( ADDENDUM NO. 4 ~ttaqbm~llt l-lO._ 5!{ Paae 1 of 1 * AC LINE IN * AC riEUT IN GROUND ---~------_. ("'In I I l=QO ~(J I ~ ~ z: ::J o O! L:J Ul ...... Ul (J) <I :r: u "* OUTPUT INPUT {:~~~-:HC~--l} 3q CX06-BHCY P3 2q CXOr;-BHCY P2 1 q~~06-BHCY J:} co SP ACP3lfO SP-5 CO-l SP-4 CO-2 SP-l NEUTRAL If OUT CQ-Lf TI-5 CO-3 TB-1 C\J I o U ::t" I Q. (J) ...... I Q.. (J) TB HENKE ENTERPRISES J IriC. PARADIGM TRAFFIC SYS.. p.o.: P21STK-131RA1oItl: M. HENKE 5.0.: . 1f792 DATE: 3/1/01 WIRING DIAGRAM CIP MAIN PANEL * - THESE TERMINATIONS TO BE MADE UPON INSTALLATION 2 d SHEET 1 OF 1 DIoIi : 3017-K ADDENDUM NO. 4 Attachment No. 5L Page 1. of 1. LO~6 IEB LIB SW31SAS 3I~jU~1 W~IaU~Ud Wdll:E ~002 SO qa~ peb~t. PEDESTF~IAN PUSH BUTTONS ... ",,, c: ' 7" , i ...., ~. " . ' . .) X i ~ ,.)/4 ".as! t"t9gtH!d Stations IJ~ PART NO. ITEM DESCRIPTION ~ PUSH BUTTON STATION ASSY. 5" x 7-3/4" Cast Legend: wI Long Life Switch . .................................... SE-2038 wi Snap Action Switch ..................................................... SE-2081 wi Heavy Tension Switch wI Boot ........................................ SE-2080 wi Mechanical Switch wI Ball & 2" Mushroom Plunger. ........... SE-2110 ~ 1 . All assemblies are supplied standard with stainless steel fasteners. 2. Please specify options when ordering. 3. LED can be latched on during the "Don' Walk" cycle with Pelco lsolatorlLED Latch Assembly (see bulletin this section). ~ ~>~,~"~" I~ i(~ :l r~i IUD 111r~, ,J' .J ~ ~"'./ -Au j, .. (00) (011) (012) o ./ r.....r...'f~ .'''' . .. ",...., ,/ ~. ~..! > ~/ i;. ri., · i . (l. i. l]:il. 11,,1./1. i Ii l~ . . l!.f '. C 1 li,!('1 --",-.I. ,.. _.."'"_-kr-' "" --'- ~ i06) (07) (08) (10) OPTIONS Legend: f--. 1030 1031 1032 or 1039 w/o Led wi Led wi !.!ld Circuit Module Terminal Strip IMre Leads (00) (011) (012) F reezeproof Boot (06) (021) (022) Freezeproof Diaphragm (07) (031) (032) 2" Mushroom Plunger (08) (041) (042) 1-118" Dome Plunger (10) (111) (112) f----... PAINT ,021) 1022) (031) (032) (041) (042) (111 ) (112) t!)(11r!J PUSH WAIT FOR WALK SIGNAL 3\ , :,"... Left Man Left Arrow (1030) Right Man Right Arrow (1031) Right Man Double Arrow (1032) Instruction (1039) (4) ITEMS 2-4 OPTIONS Legend: 1030, 1031, 1032. or 1039 PAINT /1 .j J j@~: ,to ADDENDUM NO.4" Attachment No. SM Page 1 of 2 SPECIFICA noNS ADA PUSH BUTTON STATION WI CAST LEGEND & RECTANGULAR COVER W/2" PLUNGER MATIlRIAL: Push Button Station shaD be cast as one piece, including the legend, from aluminum alloy 319 or equivalent, free of voids. pits, dents. molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. Exterior surface finish shaH be smooth and cosmetically acceptable, free of molding fins, cracks and other exterior blemishes DESIGN: F......: PUSH BU110N SWI"ICH: Shall be fabricated from aluminum ingot with minimum requirements as follows: Aluminum Alloy 'field Strength, KSI Tensile Strength. KSI 319 Brine" Hardness 70 18 Elongation (% in 2"). 2 27 1. The Push Button Station Assembly shall be fabricated with design characteristicS as shown in Figure 1. FIguN 1 2. As an option d1e bottom of the push button housing &hal be tapped for and provided with a %- NPT threaded oonduit plug. 3. For aUachrnent the back portion of the housing shall be designed to accommodate either banding or screws. 4. The Push Button Switch shaH be actuated by a T diameter chrome plated die cast aluminum plunger. 5. The plunger shall be convex to maximize acoessibiIity. The plunger shall have an integral shaft to actuate the switch. 6. A spring shall be installed between the plunger and swtk:h. The spring shal provide an opearting foree not to exceed 5 lbs. 7. A protective shroud shall encircle the plunger to deter vandalism. moisture. and dirt. The shroud shaH be cast as an IntergraI part of the Station Assembly. 8. The switch shaI mount to the Cover Assembly utiiZing an adapter. The adapter &hall be able to provide a moisture banier between the pIooger and switch. 9. The Cowr Assembly shat have a nylon shoulder bushing instaled to minimize friction between the plunger and body. 10. Sign legend shall be cast into the body of the assembly and raised 1/16" above surface. Sign legend shall be according to guideines set forth by the MUTCO and include a border. 11 The push butIon housing shall be tapped and provided with (2) %--20 stainless steel flat socket head &CleWS, as shown, to accommodate the push button cover. 12. A neoprene gasket as shown shaI be provided to provide a weather tight seal between the housing and (l(M!f The Station Assembty shall have an aIodine convetSion coating to prevent oxidation and to provide a proper base for paint adhesion. When a natural aIumirun color is required. the body shall be clear powder CX)8ted with the raided legend black. V\Ihen a painted assembly is required. the body shall be powder coated black ot white with the raised legend painted in the opposite contrasting color. 1. Shall consist of a mounting assembly injection molded from PST Plastics and a case and plunger molded from wear-resi6tant phenolic. 2. The switch shall meet and conform to a MicroSWiIch ~128011 wilh $PST-NO Contacts. 3. The switch assembly shall be capable of disengaging from the mounting bracket assembly without removing the mounting bracket assembly. 4. Each switch ahaI1 be equipped with (2) 3" tinned wire leads soldered to the switch tenninal with free ends stripped complete with (2) wire nuts. 5. The switch assembly shaI be capable of operating In temperaUe ranges of -65OF through +18O"F and have a mechanicallfe of up to 10.000.000 actuations. 6. The switch assembly shall be electrically rated to carry 25 Amp at 125 Volts AC, 250 Volts AC maximum. ADDENDUM NO. 4 Attachment No. 5M Page 2 of 2 S,IEMENS E.AGLE 16 Inch PEO Signal ~ <2t1iU,S .~ rlea:;,U):D 3'H,:Jl; E" e eleas of :)LU EAGLE 161nch LEDc"luminum F:destrla'1 Sig", The 6 n;:' FF.D S,grai dfers H1e ability to include both PED ~ :1tes .'1AND" '1d 'VvALKl/\G PERSON' .ind Sl.Jch options as a countdown timer. i O;ie s:ngiE hOLS ng ""he pre JUS ng ,s specifically designed fer use with LEOs, ,d,\ill ac;coP'I1!)date al! 'rla):Jr rnanufactu er's LED modules. ~ ,~t 11'! ~ ~ . ' " 1-~' R...,; t t I' ' ~ . I " .. . \ ~ ." ~ J ~ ,t 1; t ' "'61.......1 #' ~]<'.. .::;r,....~'"tl \l'tirt"" ~() 1'~. ~ f-. ,,; 0 t,'" r# , ADDENDUM NO. 4 Attachment No. 5N Page 1 of 1 CITY OF CORPUS CHRISTI Date: 20-April-2006 STREET SERVICES Page 1 of2 #8358 SPECIFICA nON FOR TS 2 -, 1992 CONTROLLER UNIT 10 GENERAL J 1 The intent of this specification is to describe minimum acceptable design and operational requirements for a Controller Unit per NEMA Traffic Controller Assemblies Standards Publication TS 2 -1992 most recent revision. 2.0 FULL ACTUATED CONTROLLER UNIT 2 1 The Controller Unit shall conform to all applicable sub-sections ofNEMA Traffic Controller Assemblies Standards Publication TS 2 -1992 Section 3 for a Type 2 Controller Unit and work with City of Corpus Christi Closed Loop Systems: Eagle MARC NX Econolite ARIES ZONE MANAGER 22 All cables/connectors and software, needed to permit interfacing the Controller Unit with a laptop computer, modem, or printer shall be provided. 2 3 Local Controller Unit Communications and System Interface The Controller Unit shall be furnished with all necessary coordination features and shall include fiber-optic telemetry equipment, for communication of control commands and traffic data between itself and a central office computer or on-street arterial system master. lbe fiber-optic telemetry equipment and coordination features shall be designed to operate with the equipment in the City of Corpus Christi via fiber optIC cable, JP, and via a RS-232 port to a laptop or modem. 24 The Controller Unit shall be fully NTCIP compatible or shall be able to be fully NTCIP compatible for a period of one (1) year from date of purchase at no additional charge to the City of Corpus Christi. 30 DOCUMENTATION Each controller shall be provided with the following documentation: one service manual per unit which includes a theory of operation, operating instructions, and basic troubleshooting information. CITY OF CORPUS CHRISTI STREET SERVICES ADDENDUM NO. 4 Attachment No. 50 Page 1 of 2 CITY OF CORPUS CHRISTI Date: 1 9-J uly-200 I STREET SERVICES Page 2 of2 SPEcrFICATION #835B 4.0 WNffiANTYandSUPPORT 4 I The equipment furnished shall be new, of the latest design, fabricated in a first-class workmanship manner from best quality materials. The manufacturer shall replace and install free of charge to the City of Corpus Christi any part or component that fails in any manner by reason of defective material or workmanship within a period of five (::;) years from the date of delivery to City of Corpus Christi Signal Shop. 42 The successful bidder shall provide a minimum of one (1) day facton' certified training class in the use and care of the equipment for the benefit of the City's technicians. 1\DDENDUM NO. 4 Attachment No. 50 Page 2 of 2 (Try OF ('()RPUS CHRIST! Date: 15-Mav-03 STREET SERVICES PAGE 1 OF 2 #835V -4 SPECIFICA nON FOR VIDEO DETECTION RACK MOUNTED CPU SYSTEM 1,0 GENERAL I. J The mtent of this specification is to describe minimum acceptable design and operational requirements for Traffic Signal System Video Detection Rack Mounted CPU for use with a TS2 Type 1 Traffic Controller Assembly, and the City of Corpus Christi's existing video detection equipment. It shall produce accurate and reliable vehicle detection 24 hours per day, 365 days per year. It shall be able to use video input from day or night in rain, fog, sun, or heavy winds. 2.0 VIDEO DETECTION CPl1 2.1 The Rack Mounted Video Detection System shall accept a minimum of four camera inputs. 2.2 The rack system shall be able to detect the presence of vehicles in a minimum of 8 detection zones per camera assembly. 2.3 The rack system shall provide real time vehicle detection. Real time is defmed to be vehicle detection with in 112 milliseconds (ms) of the vehicle arrival. The detection shall be transmitted to the controller through the SDLC port. 2.4 The rack system shall compensate for minor camera movement. 2.6 All components and software necessary to operate as a detection system for a full eight-phase intersection shall be included except cameras which are specified separately. 2.7 In order to maintain compatibility with existing equipment, and to maximize the City's investment in training, tools, and supplies, acceptable devices are Autoscope, Traficon and Iteris. 2.8Ibe video input shall be protected against transients and isolated by a buffering amplifier. It shall have a minimum common mode rejection of90 dB at 60 Hz. 2.9 The accuracy shall be determined by comparing the count results of the system with the results of a human operator for the same test site and conditions. The system shall have a detection accuracy of92% to 102% in clear dry daylight conditions or 96% to 105% in night and inclement weather conditions. ADDENDUM NO. 4 Attachment No. SP Page 1 of 2 Revised 04/21/06 Last Printed 04/21/06 2:24 PM TonyS ('ITY OF CORPUS CHRISTI Date: 15-r-..1ay-03 STREET SERVICES PAGE 2 OF 2 #835V -4 SPECIFICATION FOR VIDEO DETECTION RACK MOUNTED CPU SYSTEM 3.0 POCUMENT ATION :; 1 Each rack Video Detection CPU shall be shipped with one service manual per unit, which shall include a theory of operation, operating instructions, and basic troubleshooting information. 4.0 W ARRANTY and SUPPORT 4 1 The equipment furnished shall be new, of the latest design, fabricated in a first-class workmanship manner from best quality materials. The manufacturer shall replace and install free of charge to the City of Corpus Christi any part or component that fails in any manner by reason of defective material or workmanship within a period of five (5) years from the date of shipment from the supplier's plant. 4.2 The successful bidder shall provide a minimum of one (1) day factorv certified training class in the use and care of the equipment for the benefit of the City's technicians. :. ADDENDUM NO. 4 ! Attachment No. SP Page 20f 2 Revised 04/21/06 Last Printed 04121/06 2:24 PM TonyS CITY OF C:ORPUS CHRISTI Date: 23-August-2001 STREET SERVICES PAGE 1 OF 2 #866 SPECfFICA nONS FOR ADJUSTABLE POL YCARBONA TE LED TRAFFIC SIGNALS I 0 GENERAL I I The purpose of this specification is to provide the minimum acceptable design standards for an adjustable, 12-inch polycarbonate signal utilizing LED technology. The traffic signal described in this specification shall be designed for horizontal mounting, least maintenance and long life, shall be vandal resistant, weather resistant, light-weight and colorfast. The signal shall never require repainting. :: 0 C0NSTRUCTlO~ 2.1 The traffic signal shall be con'structed of sturdy polycarbonate resin, having a minimum tensile strength of 8,000 p.s.i. All screws, latching bolts and hinge pins shall be stainless stee I. 22 The 'iignal housing shall be ribbed to produce the strongest possible assembly consistent with lightweight. The left and right of each section shall include a heavy- duty serrated ring, which will allow positive orientation in 5-degree increments. Each housing shall include four back plate-mounting bosses with cored holes. The housing shall be one piece and shall be complete with openings left and right to accommodate standard I lI2-inch pipe size signal brackets. The individual signal housing sections shall be fastened together by means of attaching bolts and washer plates. The housing shall be a 'Federal' yellow color. 2.3 The housing doors shall be polycarbonate and single piece. The door shall be attached to the housing with two hinged molded-in lugs on the bottom of the door and shall be fitted with easily removable stainless steel hinge pins. Two latch lugs on the top shall permit positive sealing between the door and housing. Neoprene gasket shall be provided between the door and housing. The door face shall be a non- reflective 'Federal' yellow color. A removable polycarbonate visor (3/4-circle type) shall be mounted onto the door by means of four stainless steel screws. The visor shall have a minimum 0.050-inch thickness and shall extend a full 9-inch from the lens. The visor shall be a non- reflective black color on its underside. 2.4 The LED assembly shall be seated in a neoprene gasket, which fits into the lens- mounting cavity in the door. The lens shall be held in place by four cadmium-plated steel retaining clips and slotted stainless steel screws. The lens and its gasket shall be removable and replaceable with simple hand tools without having to remove the retaining clips or screws. ADDENDUM NO. 4 Attachment No. SQ Page 1 of 2 CITY OF CORPl IS CHRISTI Date: 23. August - 200 I STREET SERVICES PAGE 2 OF 2 #866 2 5 Each LED assembly shall have two color coded leads with 'spade' type, quick disconnect terminals Wire leads shall be No. 18 A.W.G. stranded wire with appropriate thermoplastic Type T.E. W. 600 volt/64 insulation. The center signal section shall be provided with a 7 -position barrier type terminal block. All LED wires of the signal faces shall be connected to the terminal block. Positions six (6) and seven (7) shall be fitted with multiple 'spade' type terminals as a common terminal for the neutral conductor All terminal block positions shall be permanently marked for identIfication. i 0 WARRANTY Complete signal shall be warranted against defects in workmanship and/or materials for five (5) years from date of delivery. Includes fading, cracking, fatigue, rust, corrosion, and LED decrease in illumination. ADDENDUM NO. 4 Attachment No. SQ Page 2 of 2 CITY OF CORPUS CHRISTI Date: 31-December-200 I STREET SERVICES PAGE lOF2 #927 SPECLFICA TIONS FOR fRAFFIC SIGNALS LED 1.0 GENERAL ! .1 rhis specification describes the minimum acceptable requirements for a light emitting diode (LED) signal lamp unit. j .2 fhe design, material, and construction of the traffic signal lens shall be in accordance with the requirements for the signal set forth in the latest "Signal Head Standard" of the Institute of Traffic Engineers 2.0 FUNCTIONAL REQUIREMENTS 2.1 OPTICAL SYSTEM 2.1.1 fhe lens shall be polycarbonate unless specified in the invitation to bid. 2.1.2 [he Lens shall be a minimum of 12 inch round. The RED shall be lTE Red. The Amber shall be ITE Amber, extended view. The Green shall be ITE Green. Green Arrow shall be ITE Green. Amber Arrow shall be ITE Amber. These colors shall be III accordance With the requirements set forth in the latest "Signal Head Standard" of the Institute of Traffic Engineers. 2.2 LED Requirements 2.2.1fhe LED indication shall be a single, self-contained device, not requiring on-site assembly for installation into existing traffic signal housings on both mast arm and span wire hung. 2.2.2 Ibe assembly and manufacturing process for the LED traffic signal lamp unit assembly shall be such a<.; to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other source-;. 2.2.3 Each LED traffic signal lamp unit shall comprise of multiple LED light sources with a regulated power supply. The LED's are to be mounted on a polycarbonate positioning plate or confonnally coated PC board. 2.2.4 rhe LED's shall be manufactured using AlInGaP technology or other LED's with low susceptibility to temperature degradation (AlGaS LED's will not be allowed). ADDENDUM NO. 4 Attachment No. SR'. Page 1 of 2 CITY OF CORPUS CHRISrr Date: 31- Oecember -200 j 2.2.5 2.2.6 2.2.7 2.2.8 2.2.10 2.3 2.3.1 2.3.2 3.0 II 3.2 STREET SERVICES PAGE 2 OF 2 #927 fhe LED units shall incorporate a regulated power supply engineered to electrically protect the LED's and maintain a safe and reliable operation. The power supply shall provide capacitor filtered DC regulated current to the LED's per the LED's manufacturer's specification. rhe LED traffic signal lamp unit shall be operationally compatible with controllers and conflict monitors currently used by the City of Corpus Christi Signal Shop. The traffic signal must continue to operate with 60% or more of the LED's operating without damaging the remainder of the signal assembly. The LED assembly shall show an open circuit to the traffic signal conflict voltage monitor any time less than 60% of the LED assembly is operating. rwo capti ve color coded. 36 inch long, 600 V, 18 A WG minimum jacketed wires, conforming to the National Electric Code, rated for service at 105 C, are to be provided for an electrical connection. The LED signal shall operate ""ith a minimum 0.90 power factor. fotal harmonic distortion (current and voltage) induced into an ac power line by a signal module shall not exceed 20 percent. ENVIRONMENTAL REQUIREMENTS fhe LED traffic signal lamp unit shall be rated for use in the ambient operating temperature range of -40 degrees C to +7 4degrees C. fhe unit shall be dust and moisture tight to protect all internal LED and electrical components. WARRANTY The LED traffic signal lamp unit shall be warranted against failure due to workmanship or material defects within the first 120 months of field operation. If anyone LED circuit should fail, it should be easily identifiable by visual inspection and replaced or repaired per the warranty. 2 ADDBNDUHNO. 4 Attachment No. SR Page 2 of 2 CITY OF CORPUS CHRISTI Date: 19-July-2001 STREET SERVICES Page 1 of2 #953 SPECIFICA nON FOR MALFUNCTION MANAGEMENT UNIT 10 G.E~ERAL lIThe intent of this specification is to describe minimum acceptable design and operational requirements for a Malfunction Management Unit for use with a TS2 Type 1 Traffic Controller Assembly. It shall conform to NEMA Standards Publication TS 2-1992 Section 4 , while maintaining downward compatibility with existing TS 1-1989 Traffic Control Assemblies except as modified by this document to meet the particular needs of the City ofCorups Christi. 2.0 OPERATIONAL ADDITIONS ::: I The unit shall provide a real-time, full intersection display of all channel inputs simultaneously. This display shall use Red, Yellow, and Green LED's and shall be able to latch during detection of a fault. 22 The unit shall maintain an event log in nonvolatile memory to record the time and date of events such as, but not limited to, the following: AC line events, monitor resets, and configuration changes. 2 3 The unit shall detect simultaneous green/yellow, green/red, or yellow/red inputs on the same channel when in the Type 16 mode. The unit shall include detecting simultaneous walk inputs on the same channel when in the Type 12 mode. :' 4 The unit shall maintain a log in nonvolatile memory to record and display up to 30 seconds of signal status prior to a fault trigger event with a 50 fiS resolution to aid with diagnosing intermittent and transient faults. 2 5 When in the Type 16 mode, the unit shall be able to analyze the CD output commands and field wiring input status to isolate the cause of a detected fault, and identify if the fault was due to the ClI. or the load bay, or the field wiring. ADDENDUM NO. 4 Attachment No. 58 Page 1 of 2 CITY OF CORPUS CHRISTI Date: 1<JJuly-2001 STREET SERVICES Page 2 of2 #953 30 WARRANTY and SUPPORJ~ "\ 1 The unit shall be warranted against failure for a period of five (5) years from date of delivery to the Corpus Christi Signal Shop and will include all parts and labor. , 2 The successful bidder shall provide a minimum of one (1) day factory certified training class in the use and care of the equipment for the benefit of the City's technicians. ADDENDUM NO. 4 "Attachment No. 58 Page 2 of 2 ITY OF CORPUS CHRIS n STREET SERVICES Date: 06-Dec-2005 SPECIFICA nON NO. 987 Page Iof4 #987 SPECIFICATION FOR UNfNTERRUPTABLE POWER SUPPLY 1.0 OEt'iERAL 1.1 This item sets forth the minimum requirements for shelf mounted Un interruptible Power Supply (UPS) for use with Light Emitting Diodes (LED) Traffic Signal Modules. The UPS assembly shall include, but not be limited to, inverter/charger, power transfer relays, batteries, wiring, battery ground box or battery cabinet and all necessary hardware. The UPS shall provide reliable emergency power to a traffic signal system (vehicle and pedestrian) In the event of a power failure or interruption. The UPS shall also act as a power conditioner. 1.2 The UPS shall be capable of providing power for full run-time or flashing operation for an "LED only" intersection (all colors and pedestrian heads). 1.3 The UPS shall be designed for outdoor applications in accordance with NEMA TS2-2003 v02 06 Section 2. 2..0 OPERATION 2.1 The UPS shall provide as a minimum two (2) hours of full run time operation followed by two (2) hours of flash operation. For an intersection that requires 700 watts or less, the UPS shall be a minimum 700 W/IOOO V A active output capacity, with 80% minimum inverter efficiency. 2.2 The transfer tIme allowed, trom disruption of normal utility line voltage to stabilized Inverter line voltage from batteries, shall be less than 65 milliseconds. The same allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. 2.', Three (3) sets of normally open (NO) and normally closed (NC) single-pole double-throw dry contact relay closures shall be made available on the front of the UPS panel and labeled so as to identifY each contact. 2.4 The first set of NOlNe contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked as "On Batt". 2.5 The second set of contact closures be energized whenever the battery approaches approximately 40% of the remaining capacity Contact shall be labeled or marked as "Low Batt." 2.6 The third set of contact closures shall be energized two hours after the unit switches to battery power Contact closures shall be labeled or marked "Timer". 2.7 Operating temperature for both the inverter/charger unit and power transfer relay shall be -29 0 F to + 165 0 F 2.8 The power transfer switch shall be rated as a minimum 240 V AC/30 amp. 2.9 The UPS shall use a temperature compensated battery charging system. The charging System shall compensate over a range of 1.4- 2.2 m V ! 0 F per cell. ADDENDUM. NO. 4 I Attachment No. 5T Page 1 of 4 TIY OF CORPUS CHRI~ rJ STREET SERVICES Date: 06-Dec-2005 SPECIFICA nON NO. 987 Page 2 of 4 #987 SPECIFICA nON FOR UNfNTERRUPTABLE POWER SUPPLY 2.10 The temperature sensor shall be external to the inverter/charger unit. Unless otherwise required by the plans the temperature sensor shall come with 8 feet or wire. 2.1i Batteries shall not be charged when battery temperature exceeds 122 of::!:...5 OF. 2.1;' The UPS shall bypass utility line power whenever the utility line voltage is outside of 100 V AC to 110 V AC (~ 2 V AC,. 2.ll When battery power is used, the UPS output voltage shall be between 110 V AC and 125 V AC, pure sine wave output, 'S 3% THD, 60 Hz:t 3 Hz. 2.14 When the utility line power has been restored at above 105 V AC :!: 2 V AC or below 125 V AC :!: 2 V AC for more than 30 seconds, the UPS shall transfer from battery backup inverter mode back to utility line mode. The UPS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 2.1 In the event of inverter/charger failure, battery failure or complete battery discharge, the power transfer shall revert to the NC (de-energized) state, where utility line power is connected to the cabinet 2.16 Recharge time for batteries [0 80% or more of full battery charge capacity shall not exceed 20 hours. 2.1 The UPS shall be compatible with TS 1, and TS2 Model controllers and cabinet components for full time operation. 3.0 MOUNTING AND EXfERNAL_B~TTERY GROUND BOX 3.1 The UPS shall be shelf mounted in TSl and TS2 cabinets. The power transfer switch shall be able to be mounted on the shelf of these cabinets. The interconnect cables shall be no less than 6 feet long of # lOA WG wire. Relay contact wiring for each set of NO/Ne relay contact closure terminals shall be no less than 6 feet long of # 18 A WG wire. 3.2 The power transfer relay shall be capable of accepting No.6 A WG conductor wire from the utility power service. 3.3 The battery ground box shall be Annorcast Model number A600164TA4TXDT or equivalent, approved by the Traffic Signal Supervisor. The battery cable leads connecting the batteries to the inverter/charger shall be at least 8 feet or longer as specified in plans. Battery cables provided to connect the battery shall be long enough to accommodate the battery covers provided with the battery ground box ~ 40 DISPLAYS, CONTROLS, DIAGNQ_~-rnCs AND MAINTENANCE 4.] The UPS shall include a display and/or meter to indicate current battery charge status and conditions. The UPS shall include a front panel event counter display to indicate the number of times the UPS was activated and front panel hour meter to display the total number of hours the unit has operated on battery power. Both meters shall be re-settable. ADDENDUM NO. 4 Attachment No. 5T Page 2 of 4 CITY OF CORPUS CHRIS n STREET SERVICES Date: 06-Dec-2005 SPECIFICATION NO. 987 Page 3 of4 #987 SPECIFICA nON FOR UNlNTERRUPT ABLE POWER SUPPI Y 4.2 The UPS shall have a time and date stamp when battery power was used and when it went back to purchased rOWeL It shall log as a minimum these events in a retrievable file in non-volatile memory. 4.3 The UPS shall have lightning surge protection compliant with IEEE/ANSI C.62.41. The UPS shall be equipped with an integral system to prevent the battery from destructive discharge and/or overcharge. 4.4 The UPS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 50 BAn:ERY_~YSTEM 5.1 Individual batteries shaH be 12 V type, 65 amp-hour maximum, and shall be easily replaced and commercially available off the shelf. 5.2 Batteries shall consist of 4 to 8 (if specified in plans) with a cumulative minimum rated capacity of 240 amp-hours. 5.3 Batteries shall be deep cycle, sealed prismatic lead-calcium based AGM/VRLA (Absorbed Glass MatN alve Regulated Lead Acid). 5.4 Batteries shall be certified by the manufacturer to operate over a temperature range of -13 OF to + 1650F. 5.5 Batteries shall indicate maximum recharge data and recharging cycles. 5.6 Battery interconnect wiring shall be via modular harness with red and black cabling that terminates into a typical power pole style connectors for batteries and a single insulated plug-in style connection to inverter/charging unit. Harness shall allow batteries to be quickly and easily connected in any order and shall be keyed to ensure proper polarity and circuit configuration. 6.0 DOC;!!!!lentatio]! 6.1 Operation and maintenance manuals shall be provided. 6.2 Independent lab reports verifying the UPS system meet or exceed specifications. 6.3 Board level schematics shall be provided. 7 0 Testing 7.1 The City of Corpus Christi reserves the right to do testing on UPS systems to ensure Quality Assurance of the unit before installations and random sampling of units being provided. UPS systems that fail will be taken off the Qualified Products List (QPL). ADDENDUM NO. 4 Attachment No. TP Page 3 of 4 t !TY OF CURPUS C:HRlS fI STREET SERVICES Date: 06-Dec-2005 SPECIFIC A nON NO. 987 Page 4 of 4 #987 SPECIFICA nON FOR UNINTERRUPTABLE POWER SUPPLY 8.0 WarranJ)' 8.1 The manutacturer shall provide as a minimum for the UPS, a two-year warranty from date of acceptance. Batteries shall be warranted for full replacement for two-years from the date of acceptance 9.0 ~rt;lIDQ!ll 9,-l .... This Item will be measl:lfed as eooh Unintemiptible PO'.'1er Supply unit fitmisheEl. mstalleEl, made fully operational, ana tested in oocordanoo '.vith these speeifieatioas. I 0.0 &lym.Q!M W:-l-- The ',.'jork perf-ormed and materials furnished in acoordanee '.'lith this Item and measured as provided under "MeaslH'Cment" will be paid for at the unit price bid for "Unmterruptible Power Suppl)"'. This price shall include all equipment deseribed under this Item "With all oobles and conneetors, all doewnentation and testing; and shall also ineluded the cost of famishing all labor, materials, training, and equipment necessary to complete the \vork. ADDBNDUK NO. 4 Attachment No. 5T Page 4 of 4 CITY OF CORPUS CHRISTI Date: 20-May-2003 STREET SERVICES Page 10f2 #988 Specification for a LED Countdown Pedestrian Signal 1.0 General I .] The intent of this specification is to define the minimum acceptable design and operational requirements for a pedestrian signal assembly that displays the ITE standard Hand/Man, as well as a countdown of pedestrian time using LED technology. 2.0 Mechanical 2. 1 The pedestrian countdO\\TI module designed as a replacement for existing signal assemblies shall not require special tools for installation. 2.2 It shall fit into existing 16" X 18" Traffic signal housing built to PTCSI Class 3 and 4 standards without modifications to the housing. 2.3 The nominal housing thickness (excluding power cord and strain relief) shall not be thicker than 3.0 inches. 3.0 Electrical 1.1 The driver board shall drive the LED's at a DC current not exceeding the maximum rating recommended by the LED manufacturer. i.2 The driver board shall regulate the LED drive current on both hand/man messages to compensate for line voltage fluctuations over the range of 80 V AC to 135 V AC. The luminous output shall not vary more than 10% over the voltage range and shall not be perceptible to the human eye. 1.3 The circuitry shall ensure compatibility and proper trigger and operation of load switches and conflict monitors built to NEMA specifications and currently in use by the City of Corpus Christi. 4.0 Environmental 4.1 The LED countdown module shall be rated for use in the ambient operating temperature range of -34 C (-30 F) to +74 C (+ 165 F). 4.2 The LED countdown module shall be completely sealed against dust and moisture intrusion per the requirements ofNEMA standard 250-1991 sections 4.7.2.1 and 4.7.3.2 for type 4 enclosures to protect all internal components. 5.8 Construction <;.1 The LED countdown module shall be a single, self-contained device, not requiring on- site assembly for installation into existing traffic signal housing. -).2 The assembly of the LED countdown module shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. ') J Three secured, color coded cables (blue, orange, white), 36 inches long, 18 A WG jacketed are to be provided fi)r electrical connections. ').4 The back housing of the indication shall be flame retardant plastic. 6.0 Chromaticity 6.1 The "Hand" shall be Portland orange per the latest ITE equipment standards. 6.2 The "Walking Man" shall be lunar white per the latest ITE equipment standards. 6.3 The chromaticity measurements shall remain unchanged over the input line voltage range of80 V AC to 135 V AC Revised 05/01/06 Last primed )13/2006 ! 1 :28:00 AM ADDENDUM NO. 4 Attachment No. SU I Page 1 of 2- CIT) ()f' CORPi is CHRISTI Date 20-May-2003 STREET SERVICES Page 2 of2 #988 Specification for a LED Countdown Pedestrian Signal 7.0 Displav 7,1 The LED countdown module shall consist of a double overlay message combining the graphic symbols of a hand and walking man and two 7 segment digits. 72 The LED's shall be arranged in a manner to form a filled display of both the Hand and Walking Man. The shape of the filled display shall conform to the latest ITE standard symbols for pedestrian signals. 7.3 The countdown digits shall be 7" high and 3" wide. 7,4 The "Portland orange" LED's shall be of the latest AIInGaP technology and the white LED's shall be of the latest InGaN technology 7.5 The individual LED light sources shall be interconnected so that a catastrophic failure of a single L ED will result in a total loss of not more than 5% of the signal output. 7.6 The window shall be masked flat black around graphic symbols and digits to optimize on/off contrast. 8.0 Countdown functionalitv 8.1 The countdown timer module shall have a microprocessor capable of setting its own time when connected to a traffic controller. 8.2 When connected, the module shall blank out the digit display during the initial two cycles while it records the countdown time using the Walk & DIW alk signal indications. 8.3 The countdown timer module shall continuously monitor the traffic controller for any changes to the pedestrian phase time and re-program itself automatically if needed. Changes of time less than one count shall be ignored. 8.4 The countdown module shall register the time for the walk and clearance intervals individually and shall begin counting down from the sum of both interval times. 8.5 When the walk interval is preempted, the countdown module shall also preempt and skip directly to the clearance time and wait for the flashing hand to resume the countdown. 8.6 When in the clearance phase, the hand shall flash, but the digits shall remain on steady and display "0" when timing is complete. 8.7 Any method used to affect the mode of countdown function such as jumpers or switches shall be readily accessible without the need to disassemble the unit in any way. 9.0 Documentation 9. t The assembly shall be shipped with any documentation needed to explain all possible modes of operation, and how to accomplish any adjustments available. 10.0Warrantv ] 0.1 The LED pedestnan signal assembly shall be warranted against failure due to workmanship or material defects within the first 120 months of field operation. ADDENDUM NO. 4 Revised 0'i/fn/06 Last printed 5/3/2006 11:28:00 AM Attachment No. 5U Page .2 ot 2 CITY OF CORPUS CHRISTl Date: REV .~0/ApriV2006 ! 0 Q ENJ:~RAl STREET SERVICES Page lof4 SPECIAl, SPECIFICA nON TS 2-2003 CONTROLLER FOR BOND 2004 PROJECTS ('ABINET ASSEMBLY rhe intent of this specification is to describe mmunum acceptable design and operational requirements for a TS2- Type I controller cabinet assembly. The weatherproof cabinet, flasher, load switches, and other components shall conform to NEMA Traffic Controller Assemblies Standards Publication TS 2-2003 v02.06. Tbe City of Corpus Christi will amend, modify, or substitute by section as needed to meet its particular requirements. 2.0 IB-.RMINALS and FACILITIES 2 'Tbe controller cabinet assembly shall be based on configuration #4 of Table 5-2 in section 5.3 with the following changes: 2.1 I 2.12 2.1 3 2.1 4 2.15 2.16 2 I 7 2.18 2.19 2. I 10 2] ]] 2] 12 Three (3) NEMA BIll modules shall be supplied and installed. Sixteen (16) NEMA load switches shall be supplied and installed. One ( I) NEMA flasher shall be supplied and installed. Six (8) NEMA transfer relays shall be supplied and installed. One ( I) TS 2, 5-amp power supply shall be supplied and installed. One ( I ) MMU shall be supplied and installed. Acceptable device is EDI or approved equal. One (I) NEMA controller shall be supplied and installed. Acceptable device is Eagle or Econolite as called for in the requisition. One ( I) UPS shall be supplied and installed. Acceptable device is Alpha or approved equal. One ( I) 4 approach VIVOS shall be supplied and installed. Acceptable device is Traficon or Autoscope or approved equal. One ( I) Ethernet connectivity interface shall be supplied and installed. One (I) Detector rack of configuration # I from Table 5-9 in section 5.3.4 shall be supplied and installed for rack mounted VNDS. Substitutions must be approved by actual field testing at the City site before purchase will be complete 2 The load switches shall be arranged as follows: 2.2.1 LSI-LS8 shall be wired and labeled as Vehicle Channels. 2.2.2 LS9-L812 shall be wired and labeled as Pedestrian Charmels. 2.2.3 LS 13.L816 shall be wired and labeled as Overlap Channels. 2\ A locking auxiliary police door shall be provided within the main door that will allow access to a panel of switches for police manual control. The panel shall contain: 2 2.1 A Signal Shutdown switch, which will remove power from the signal buss power causing all signals to be dark. 2.2.2. A Signal-Flash switch, which will cause the intersection to display flashing control while applying an External Start input to the controller. Last printed 4121/2006 2:25:00 PM ADDENDUM NO. 4 Attachment No. SV Page 1 of 4 CITY OF CORPUS CHRIST Date: REV 20/April/2006 STREET SERVICES Page 2 of 4 SPECIAL SPECIFICA nON TS 2-2003 CONTROLLER FOR BOND 2004 PROJECTS . ABINET ASSEMBLY 2 2.3 A Manual-Automatic switch, which will apply a Manual Control Enable input to the controller. and also allow the Manual Advance push button to be active. Manual control of the controller unit from the police door shall override any external control (externallogk etc.) in effect when the Manual-Automatic switch is in the Manual position 2 2.4 A Manual Advance push-button switch on a six (6) foot cord shall be included. Each actuation of the Manual Advance push-button switch shall advance the controller to the next interval as specified in section 3.5.5.5 item 6 & 7. 22.5 The police door shall be gasketed to prevent entry of moisture or dust and a lock shall be provided with one (2) brass key. 2 4 Three switches shall be provided on a panel on the inside ofthe cabinet the door that shall be labeled "Test-Normal", "Stop Time On/Off', and "Flash-Normal". The "Test-Normal" switch shall allow the controller to operate normally for examination by a technician, but will show flashing control to the intersection while in the "Test" position. The "Stop Time" switch shall apply a stop time input to all rings ofthe controller unit. When the "Flash-Normal" switch is in the Flash position, it shall put the intersection in flashing control, and will remove power from all components in the cabinet in order to allow safe replacement of them. 5 lbe cabinet shall be wired so that detection of a fault by the MMU will cause the controller unit, and any auxiliary equipment, to stop timing. Conflict and manual flash shall be wired for all red. 2.6 Section 5.3.5 ofNEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 shall be amended to provide a power connector adapter for TS2 Type 2 as well as a connector for TS2 [ype 1 Controller Units. 7 Section 5.3.6 1 ofNEMA Traffic Control Systems Standard Publication TS 2-2003 v02.06 shall be amended to require screw type terminals that meet the specifications shown in Table 5-13 of section 5. ,.6 J 8 Section 5.4.2 2 ofNEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to provide a third circuit breaker disconnecting means for use by a luminaire circuit. It shall be a 20-ampere circuit breaker wired with its line side connected directly to the AC Line bypassing the UPS ~' 9 Section 5.4.2 4 ofNEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to require EDCO # SHA 1250 or approved equal for transient protection. I () Section 5.4.2 6 ofNEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to provide three (3) duplex receptacles of the 3-wire grounded type NEMA 5-15R or greater rated. They shall be mounted in a readily accessible position, one near the power panel and one ea. in upper left and right rear of the cabinet. They shall be wired to the load side of the 15- Ampere circuit breaker. I i Section 54.2 7 ofNEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to provide on Iy a fluorescent fixture mounted to the underside ofthe top of the cabinet, ADDENDUM NO. 4 Attachment No. SV Page 2 of 4 L3'1 printed 4/21/2006 2:25:00 PM (TIT Of CORPIJS CHRISTl Date: REV 20/April/2006 STREET SERVICES Page 3 of4 SPECIAL SPECIFICATION TS 2-2003 CONTROLLER FOR BOND 2004 PROJECTS ('ABINET ASSEMBLY and delete the option of an incandescent fixture. o A UXlLIAR Y DE VI( ES 3 1 Section 6 of NEMA Traffic Control Systems Standard Publication TS2-2003 y02.06 shall be amended to delete section 6,5 "Inductive Loop Detectors" 4.0 (ABINBI 4 I Section 7 of NEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to provide a sheet aluminum cabinet of natural fmish construction amended as follows: Sections 7.2. , 7.7.1, 7.7.2, 78.1, and 7.8.2 shall be deleted. Section 7.3 shall standardize the cabinet size at six (6) from table 7-1. 4 2 Section 7.2 ofNEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to provide a retractable 1.5 inch drawer in the cabinet, mounted directly beneath the controller support shelf The drawer shall have a hinged top cover and shall be capable of storing documents and miscellaneous equipment. This drawer shall support up to 50 pounds in mass when fully extended. The drawer shall open and close smoothly. Drawer dimensions shall make the maximum use of available depth offered by the controller shelf and be a minimum of 23.5 inches. 4 \ Section 7.9. I of NEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 shall be amended to require two (2) fans with one thermostat, 44 Section 7.9.2.0; shall be amended to require a reusable aluminum filter. 5 C BUS lNTERF ACE UNIT 5 I Comply with NEMA Traffic Control Systems Standard Publication TS2-2003 y02.06 Section 8. oJ ETHERNET CONNECTIVITY INTERFACE 6 J It is the intent of this section to address the minimum requirements for the addition of ethemet network capabilities to traffic control cabinets to be installed at intersections in the City. This interface will provide for Cat 5 connections to equipment used in the cabinet as well as fiber connections from the cabinet to the rest of the system. 6.2 The interface ~hall be designed to operate in the harsh environment of a traffic signal cabinet. It shall conform to the environmental requirements of NEMA Traffic Control Systems Standard Publication TS2-2003 v02.06 Section 2. 6 0; The interface shall be modular in design to provide maximum flexibility for configuration, and efficiency for inventol}. 6 4 The interface shall be designed and supplied with the ability to be managed remotely, using a browser based graphical interface. 6.5 The interface shall be designed to utilize Virtual LAN's as an integral part of its' minimum capabilities. ADDENDUM NO.4.' Attachment No. 5V Page 3 of 4 I a$t printed 4/2112006 2:25:00 PM CITY OF CORPUS CHRIST! Date: REV 20/ApriV2006 STREET SERVICES Page 4 of 4 SPECIAL SPEClFlCA TION TS 2-2003 CONTROLLER FOR BOND 2004 PROJECTS CABINET ASSEMBLY 6.6 The mterfact: shall be designed and supplied with IGMP snooping capabilities as part of its' minimum capabilities. h 7 The interface shall be available with a minimum of 12 CAT 5 connections using RJ-45 terminations. 68 The interface shall be available with a minimum of 2 fiber connections using ST terminations. 6 9 rhe interface shall be available with single mode or multi-mode fiber ports as required by the details ufthe requisition. 70 DOCUMENTATION 7 I Each cabinet assembly shall be provided with two (2) complete, accurate, and fully legible diagrams and one (I ) schematic for every electronic device. This shall include but not be limited to cabinet wiring, back panel, power panel, flasher circuit, load switch, card rack and power supply diagrams 2 One (I) service manual per controller unit, which includes a description of the controller, a description of its operation, and basic maintenance and troubleshooting information. One service manual per unit which includes a description of the MMU, a description of its operation, and basic maintenance and troubleshooting information. 7 4 One service and operators manual for each type of auxiliary device 8.0 WARRANTY and SUPPORT 8 I The equipment furnished shall be new, of the latest design, fabricated in a frrst-class workmanship manner from best quality materials. The manufacturer shall replace, and install free of charge to the City of Corpus Christi any part or component that fails by reason of defective material or workmanship for a period of: twenty four (24) months from the date of acceptance by the City of Corpus Christi Signal Shop. 8 2 The equipment supplied under this specification shall be warranted to be fully compatible with all the NEMA standard equipment in use by the City of Corpus Christi for traffic signal control. ADDENDUM NO. 4 Attachment No. SV . Page 4 of 4' Last printed 4/21/2006 2:25 :00 PM .... A logical Choice Carmanaj}!s LEO edge-lit technology IS the new sta~ard tOl internally illuminated street-naRie signs. The ultra-efficient LtDs offer maintenance-free performance for over 12 years. The rugged. slim-profile design is redefining expectations for illuminated signs Improve Traffic Safety . fhe 2003 MUTCD recommends dluollfl- ating overhead siqns .i\dvanced viSIbIlity and legibIlity () sIn ;el name signs IS critical '0' side maneuvering, particularly for driv/;rs li'mo are unfamiliar With an an~a . Overhead signs receIve only 0% of head lamp iIIummation compared 10 roadside signs, making retro-reflecHve signs farfess effective in Ihis applicatiol . Changes in headlamp specifications Nill reduce overhead sign illumination by 3:'%. Cost Savings Carmanah's edge-lit signs provide exceptionally low life-cycle costs. Compared to traditional fluorescent signs, Carmanah LED signs do not require bulb or ballast replacement, provide 90% energy savings and are easier to handle and less expensive to install. The savings on maintenance alone will immediately prove significant. * Typical Applications i ,jrqe signalized Intersections BUSiness OlstncE. T(Hmst Comdlw' Streetscape proJects 30-day satisfaction guarantee and three year warranty! ,ee the cost calculaloo at v.ww.roadlights.col'l ft" d customer .ost analysis Underhang Mounting (Dou~SIded and Slncte-Sidedl Single-Sided Fixed Mount (for PeIco Astro-8rac:) ,dapter BrdCke\ ...... .' ~/., 1/8 StaInless Steel Bo~ ,. .. I ~-- Stainless Steel Lockm ,t Stainless Steel Washer Sign Bracket ~ 4 5" x 318 SIalnIess Steel Bolt SPECIFI( TI ,NS ~__l'.~.;j.~,",.;,~~ ~ ~- Thickness Weight -- . 48. - 96. at 6" inctements ----. 1S-. 18., V:. 24. 1.38" Single sided. DocAJIe sided 1.77" Maximum: 7 IbsIsqIl: single sided 8IbsJsqIl: double sided Frame Lerui- _fiQ63::T~ Aluminum housing wiIh durable non-gIare powder coat finish High impact slrength IlN and abrasion resistant Polycarbonate :~~i(~~!~1~~r{~t~~ A<;"eptsf>f!lco SE-5015, SE;-5146, Hawkins M10J-0C825OAL(SAC), or equivilent Accepts Peloo AsIro-bracAS-3009 or equivalent , 't-?: ~~ :"'- -~ ll; ~ : ..,," ':;; UndeT-hang IlDUnI SingIe-sided~ mount ~:l} tt;f?~k' '-, ;;: . '1" ,", . ~ Luminance CQntfast ~ .. Optiona/ Shelling __._~__.__~600Feet ...____ ____._ u' Legend I ~ ~ ratio 4:1 minimum ASTM Type IX RetrorelIective Sheeting (sign legend and background) ;i~j~" ~'~~:t)~IJ~~:--';'~~~j.:~(~ Eneqjy ~ Power Supply Qperntiiig TeIlIpelifure . ~: Four Watts per sqtJiInllOol Internal Power Supply. 120 VA(; in, Ul Class 2 and 1ll,Outd(lOru damp Iocalion rated --40. F to +140" F (-40. C to +60" C) 1It",._._",..,j::~L';:;'-1:jf'&J~-'':'~:'';.. ',',., '." ,.... -,.~,...~~. 3M"" EIecIroalt"'.... . 1m Green . 1175 Blue .1179 BRMn _.1178~ ~ Iil.;:t"~,;: .. .." .... .~ ,- j2:'):.~ ..'<':: _'-,: _ .. _0 -0" :-,,~ Defauh REPRESENTED BY Gre& Miler 8uUJess DeoeIopment Uanager, RolIdway llMsOn sa~ <l)ToI-Free: 1~-72:~-88n ~AmericaJ Worldwide: +1 (250)380-0052 ~Fax: +1 (250)389-0040 8-.roadIigh1s.com Mat JIe&ier IlusMJess DewIopmen/ ~ Roadway DMsion Ii) .....".;..@<Ao......l3ILcom Cl)ToI-hee: HJn-7ZU!an ~A_) ~: +1 (25O)3llO-OO52 ~Fax: +1 (250) 389-0040 8-.road1igh1s.co MUTCO Clearview Font, I-fNY E Series B, C, 0, E Modified. Custom fonts available Carmanah is a Canadian public corporation - TSX: CUH ~_T'-:>'! '..ij-l..~1~;i't · . Trademarks .. Patents -- '.-- ._---.---,--_.... - P~~~~ o 2006 Cannanah TecIlnaIQgies Corp. "Carmanah" and Cannanah Icgo.- _ cl CarnwI;oh lechlClllogies Corp. Document: SPC_ROAO-IW09_VO I(E.e@~ n~_...... "') .....4= .., '1..1 i ,r, -.0 / CJ 00 ~ '",- Cl <:s 'IJ.)' ;,~~ <r~ J ~~ _u'// - -~~~y ~-'- --L ;_'1::. A____ :IE "'" ~ << = ~... ~~ ~ ~u.f I 0-' 1 ~~ , voL) <<", C]= <->?l d~ J<< //' u.J ~ ~~ ~e jDl ,/ /' // / / ,/ ':.i "'" ... (3 c:;:; = CS5: a.: t- ~g ~II . >- V>>- vo t:g ~~ .. >< >< ~ ~ If) -.D ---~ Q ..,: c:;:; l:3~ ~~ ",,<-> ~~ o ~= =\!!;l == ;::5: ~~ ~~ ~~ ~~ ...... :;a!d <....> CL ~ ....... <D ro ADDBNDOK Attacbm NO. ent No pag . e 1 of 1 <I: ...Q!QHg ht SPECIFIC.ATIONS - ",,-- ~ = ~,& O':!-,"= "')perating Voltage Range 'jOVAC k 11,5VAC '120VAC f1 ,mlna!) .. Operating Temperature Range -4(JoC 10 +14 O( .. Tum-Dn I Turn-off Time < 7::} mse( .. Power Factor> 09 .. Total HarmoniC Distortion < 20% .. Luminance uniformity and color uniformity exceed ITE PTCSI-2 LED Pedestrian Signal Specification requirements .. Meets FCC Title 47, Subpart B. Section 15 regulations for electrical noise .. Conforms to MIL-STD-81OF for blowing rain .. Conforms to MIL-STD-883. Test Method 2007 for mechanical vibration .. Transient suppression exceeds ITE PTCSI-2 LED Pedestrian Signal Specification requirements and meets the following standards: . NEMA TS-2 Sec. 2.1.6 and Sec. 2.1.8 . IEC 1000-4-5, 3KV, 2 ohm source impedance . ANSI/IEEE C62. 41-2002; IEC 61000-4-12, 6KV, 200A, 100KHz ring wave .. Conforms to MIL -STD-883, Test Method 101 0, temperature cycling requirements .. Provided with quick connect terminals and spade adapters .. Written manufacturer's warranty available on request .. All products traceable by serial number PRELIMINARY Dialight reserves the right to make changes at any time in order to supply the best product possible. Contact us directly for the latest infonnation. j)jaflph'_\,O'r:",ll,nn Dialight Corporation 1501 Route 34 South. Farmingdale. NJ om7 USA Tel: (1) 732-919-3119. Fax: (1) 732-751-5na. _.dialightcom .............~. [MDTSCDPEXCAL001"Ji1l ADDENDUM: NO. 4 Attachment No. SY Page 1 of 2 ---~--- II -@""' u.Q!9Hght UNIFORM APPEARANCE COUNTDOWN PEDESTRIAN SIGNALS Portland Portland Lunar 430-6479-001 X 16)( 18 Orange Orange White b 8 6 1 ,400 1,400 2,200 Portland 43Q-7773-001X 12 )( 1~: Orange NiA NIA :, N/A N/A 1,400 N/A N/A PRELIMINARY Dialighlreserves the right to make changes at any time in ord_ to supply the best product possible. Contact US direclly for the latest information 0IIhgt!1 Corr){)fatlon Dialight Corporation 1501 Route 34 South . Farmingdale. NJ ft1727 USA Tel: (1) 732-919-3119' Fax: (1)732-751-5711. _.dioiJIighlmm .............ltf I MDTSCDPEXCAlOOC011 ADDENDUM NO. 4 Attachment No. 5Y . Page 2 of 2 II-€),,~ PRO P 0 ~ A L FOR M t' 0 R CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 DEPARTMENT OF ENGINEERING SERVICES CJTY OF CORPUS CHRISTI, TEXAS ~ PROPOSAL FORM ">A.GE 1 OF 23 ADDENDUM NO. 4 Attachment No. 7 Page 1 of 23 PROPOSAL Place: Date: Prc)posal of: 3 Corporation orqanized and existing under the laws of the '3tate of OR ~ Partnership or Indlvidual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materiaLs, tools, and necessary equipment, and to perform the work required f)r: CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) at the locations set out by the plans and specifications and in strict accordance with the contral:t documents for the following prices, to-wit: ~ PROPOSAL FORM Page 2 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 2 of 23 PART ~L 1 . ITEM .\,; Ai .1\4 c\5 :;b .1\ 7 A8 A9 l~.1 0 !\ 1 1 Al2 l "', CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) II STREET IMPROVEMENTS III A: ~'&'~'--r-~--- - QTY I UNIT : ~-~~~ 41 _ y 26 (I J ~ 'Y 26,033 ;y 21,011 <y :;AI, 2 ,966 '1 26,868 '3F 39G C;F 1 h3 )f :" F .,291 , L ) , ~5 3 " IOu SF DESCRIPTION ,tree Excavat on., umpletE: place fer Sgyare y,n:ci .2" Compacted Subgl~de, ;omplete in place, per ~_(~re '(ar.cJ Geoqr id, complE.te it place I per ~\~a ~e _Xar,d 12" Crushed Limestone Flexi Base (T::r. A, Gr. 1 comple i.n pla.cE, per ;)~C:'.re Yard 9 Prime Ccat (0. 5 ~dL/SY), ':;ompletE in pL:lce, per Ga:!.! 3-1/2" HMAC Fa'Jemen' (TYPE Surface Course, complete in pI ace, rer S<I."ld}:_~ Yar::c::! \4" Concrete Sidewalk, campI ' in pI aCE, per :~~}::e Foot t' :onne~, ~urb "amp, camplet in pI ac', per3~<3._r:e.Foot - - -- 16" Concrete Dr L vewa y, camp 1 in placE-, per ,~~~re Foot 6 6" Header Curb, complete in place, per I,i-_~~ar Foot 6" Conc~ete Pavement Bus Pa complete in place, pe r S<J1:1.dre.. E'(:~g t 8" Crushed Limestone Flexib Base (Tv. A, Gr. 1), comple in placfC, per 0Sl!:l_~re Yard l Urldnt 1C pated Dri veway Removal complete in place, per S<J1:lc>re Foot ~ PROPOSAL Page 1 : ~. IV V ... ! BID ITEM EXTENSION I UNIT PRICE (QTY X UNIT PRICE IN FIGURES IN FIGURES) -I III I I $ $ + - --_._.- -- -_. ---.....--..-.- I i $ $ -----,. - .~ -_.._~_. $ --'. - $ --~ -....-- ----- ble te $ ._---.---- $ ---~ ,- --_.__._---~ on k $ - ___ __.n____ - OJ $ ~_.._._- -.,.- $ n_ ---.--....--- ete $ --.----.- $ - ___'_n.__ e $ -.--- $ -- .------.- ete $ -.----...- $ ._--- --- .-.--.-..- $ _._.__._-_.~ --- $ --- ._-~._.. ----- d, $ -- $ -.---..- H_U ----- ~--_.- Ie te $ --..--.-- -- $ --.---- _w________._.._ $ _.~._---~.. $ --- ---,,-..-----.- ADDENDUM NO. 4 Attachment No. 7 FORM Page 3 of 23 )f 24 BID ITEM ......'. .\; b i-\ _~ AJ8 Al q ::..20 A.2 ~', -, !J..[L :\23 .1\24 /1.2') A26 __l~ '- -~-T~ QTY & ; UNIT : J .2 { '"F 4 SJ. SJ., 2 ":J. ;"AY if< SI-' ":p 238 Lr 010 '--IF 780 i.,F r" II DESCRIPTION ______l...~_ ~'T-- ;F i UOdnt lC pated ; ldE,Wd lk I Removal, complf~te ,place, \-per Sq,~2~ fOOl [ i 8' WoodE.n Fencf~, ~'umplete n I pI ace, ~er ~in3ar r"~ot t 4 ,F JU Jt 4' Chair Llnk~'encf=, complete in plaCE, per "inear Foot 6' Chair LinK !ence, complete ir: pl aCE, per ~JinE2_~r _ Foot 18' Chaln Llnk Swing Gate, completE in place, per ~<:::h " L -t-- I Ad]ust Fxistinq Gas Valve to Finish Crade, ,~omp tete in tpla~e, fer Ea<:::h i Survey lvlonumerE, (:;)mplete in ! place, fer Eaen i Ozone D,'y,'omplete per !)51..:t Reflectlve Pavement Marking TY 1 {W {ARROW , complete in place, f'er Each Reflect}ve Pavement Marking TY 1 (W' ("ONLY") ,~:)mplete in place, ~'er Eacn Reflect ve Pavement Marking T Y 1 (W' (4") (S L D) f C omp 1 e t e pJ ace, per Lirl"'-~ toot Reflect.ve Pavement Marking TY 1 (W (4") (BRK) , complete place, fer Lin(~~ feot Reflect ve Pavement Marking TY 1 (W (8") (SLD) f~omplete pl ace, r .er Linear Foot ~ PROPOSAL FORM Page 4,)f :24 -_.~ -T UNIT __L_IN ~I --1'---- i $ --+- I I i $ 1---- +-- i $ -+- I $ $ $ $ $ $ i I $ -t--~-- I i n~$ : I in I $ , --t---~-- I i'l__L:==== ~~ V V PRICE BID ITEM EXTENSION GORES (QTY X UNIT PRICE IN FIGURES) c ~ -~.,---- $ --- $ ---- $ $ - $ -- $ $ -- $ - $ ---- $ --- $ $ - - $ I ADDENDUM NO. 4 Attachment No. 7 Page 4 of 23 I1 [ II IV V "~~~+~"o.~ .'~ QTY & I UNIT I ! I- T ! BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) BID ITEM UNIT PRICE IN FIGURES DESCRIPTION REc Ip.:t ve t'a'v'~mEn f'.'lark r T)" Y (4": (~)~D) '~BL), compl et, in pl1cE, pEe'" Li..QEar Foo ( !-, J[ $ $ - , ':\/h Re f 1 ect ve Pa v.~men TY 1 (Y (12") (;OFE) t iT pI ac." per !~insoar Mark;n'] complete Foot 3 $ $ :\~':: S Reflect ve Pavemen MarkIn'] TY 1 (W (24") (3LD), complete in placf:, per :~-h.nsoclI FO<2...t ~2 ;Jr $ $ --------. ,; : l. Reflect ve Pavement Marking TY 1 (W (CROSSWALK) 10 r Wide) complete in pl,-ice, per Linftar FQ.()': 7 uE' $ $ -- ._, ----- l\~: } Type II A-A RaLsed Pavement Marker, comple e i~ place. per E~L 6' SA $ $ --- 3 [\..~L Street: ign AS3embl'l, complete in plaCE, per ;';~<:=h ~~A $ $ I STOP Siqn, 'omplet,o in place, per Eaci .[ ~~.: PARK] NG Siqn, c:);nplete Ln place, per Each ~---- ~SCHOOL ZONE-SPEED ,IMIT Siqn, complete in pLice, per g:.?<:=h --- Other RE.'qulatocy :; LJn, _+=:mPle_tE. in pldce, per_~-=-ac:::h I i .Re~ocaU EXist ng ,)I.:HOOL ZONE I ~. 'F- h' 1 I J 1 gn \ .i as Inq ,;:,ump ete Ln t place, rer F,3Ch I Tempe: a r y De; 0 1 r Road (Type I r I , ".ompleL.. Ii D! a,:e, I per S~I.r;:,~ Yard i I 1$ -~,=--.===. I I I $ -t j l\.'3.3 F:P. $ -- "C EI-, /',34 $ 3 i:.~p., h, -f:'~====- j~c I I ! $ -~- l- -~~ $ '- ( ~~I-, .Z:..j6 $ '0'< $ ::",:38 6320 1'1' $ $ -- A39 2-Course Surface Tre (Detour Road Type I complete in place, per Square Yard atment I Only) , ! Plet~_~ j~__ 1667 SY $ A40 frCiEfic Cont.ro ,urn pla=e, Fer L1J.E1E~':1In ... "If NO .4 Attachment No. 7 Page 5 of 23 ~ PROPOSAL FORM Page ') ",f 4 --- I IV V -- -- 1 UNIT PRICE BID ITEM EXTENSION IN FIGURES (QTY X UNIT PRICE IN FIGURES) -=----=-=--=-=- lete n rd $ $ ~- --- --- -~.__.._.- ancet $ _~QOO.OO $ 40,000.00 , J. I I II i !:II -_~~~~~ _~-~~~~_~_~~~ 0_ QTY & I UNIT _ --------L ~__~ _~ __ __~_ ----------------r---~-- ----------- - -- - - -- BID ITEM DESCRIPTION A41 ! I?avement Repal , - :O'Tlp I place, f'er S9.':ldre (3. ~r i t- i i fr aff ic Contra Ai L )w !completE in place, i per L~p ~~ --~~~-~=.- A42 JS TOTAL BID PART A (Items Al through A42) $ ~ PROPOSAL FORM Page 6 of 24 ADDENDUM NO. 4 Attaclunent No. 7 Page 6 of 23 (IMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) I PART B: STORM WATER IMPROVEMENTS BID ITEM '3/ ::< < c....-.) II. III ~"~..~=~"=~~.~".~~"~"."" OC"..~~ QTY & UNIT .~..~.=t ~... ~"' ..~ 2 .4 36,692 '3Y ;34 ij 9 'JF '3 ') , 5 LF B b rl 5 LF 8' ) 6 '! ,F B8 5 LF B~ H1C Elj H12 J L 9 3 LF ,9 ; ,F ~c :JF 3/ r,F DESCRIPTION ~ ~ Seeding it .:;pe"lfj,,:j .l\reas, =ompletf in place. per S~2r~~ Yard Seeding for Erus i:m :ont ro L =ompletE: in pldce, per :3~~.'r'ar~! 18" RCP (Class III completE: in place, per LinEar Foot 24" RCP (Class III completE in place, _~+~~ r _~I, i~e ~~ L~O_1 I 30" RCP (Class II I lcomPletE in place, per Linear_f~~ ._u..__ _ ____. ___ j t' 36" RCP (Class [I I complete in place, per !:ine~Xoo_t ..--...- .... --._- .._--,- -..-.-.....-..-,.....-.' ..~~ 42" RCP (Class III complete in place, per Line'!_!:_J~1 48" RCP (Class III complete in place, per !:ine~Foot 4 ,F 54" RCP (Class III complete in place. per Linear Foot 60" RCP (Class III completE in place. per J,;inearX9..2_t 4'x 3' ConcretE' Box :ulvert completE in place. per Linear Foot 4'x 2' Concrete- Box ':ulvert complete in place per Line~Xo-.9t ~ PROPOSAL Page 7 ! IV V --~-- --I-~~-- BID ITEM EXTENSION I UNIT PRICE (QTY X UNIT PRICE : IN FIGURES IN FIGURES) __.--.1 -~-~-~ I ; , i I $ $ --"---- -~- - ~- ---- ------.- , $ ~ -"-.-- - $ n~ .-.--,,-.-.-- $ -".---..--- - $ --- -..- _._-~---- $ _._..._~----_._- $ ~-- - -.- ~._-_.- j I $ --,-.- -- $ -l-~ ----,- I .I$~~ $ j~ --.-...-. ~- $ -- ----,--' , ! I I $ -.-..-" .- $ -~_.- I I -I $-=~ ~- $ I I I $ $ n ------- - -- ~- ------ S -- ---.---- - $ ---.--.. ~~ -- --_.- - , Js- s ----._- '- ~~~ ~ .,~. - Attachment No. 7 FORM Page 7 of 23 .)f 4 . , 1.J:. [II BID ITEM ~.. .-.~~ -..---r-- j QTY & UNIT ') 4 I 487 of R dF' R 6 it.:.- SA 4 SA ~n8 ~~F, y 1 ~~)1, 320 9 ~:p., t)J:" rCJ1, 8/ 3 F',p. h?3 'J r=A ~.~? 4 1 fA R20 3 r.:A DESCRIPTION ._..~ _.. - --',"-"- i I " ., r ] L," rlL-'" I" , I IL i.e.t , t ~,gu Ci1 e i et e la, omplet ,= J fi "oat for Gra~_ lace, 6" Ccncete Rip-Rap for Drainage Channel, :omplete pI,,, CE-, ,Jer Sgu~~ ,,-oat 6' Cenc ete VaLley ~utter, completE, in pLlce, per Linear Foot .C~_C ,-'~ ---..- IV V UNIT PRICE BID ITEM EXTENSION IN FIGURES (QTY X UNIT PRICE IN FIGURES) e r $ --".._.- $ -.- -~--_..- -~ in $ .-.-..- $ ~- .-- ~_.._- ----- ~ $ ~--- - $ ---- ~-----,- $ -"--'- $ ........-- -~.._----_.- $ -- - $ ..- ---- $ -'---_...- - $ ---- --- -.--..- in $ ..--,'--- $ .----- e $ -----. - $ --- -- --~_.__..._--- e ce, $ --.----...',- $ ---- -."-----.-.-. e ce, $ --',--- - $ - ---'-~'--' e ee, $ -..--,.,--.--- - $ .--- -.....---...-.-.-..- - .. e . $ $ ------'- m____.__ I---._--~.__.... n e, $ --.- ._--- - $ __ L.. --."-.-..-..- pe 5' Standard Cucb InLet, complete in pIa.ee, per Each +6' Curb Inlet,..comPLete in. place, f'er Eaci~ _ _O'U._ ."._,_.,_"_....._..~__._ ._..~... 0'_.___ I lsratE Ir.; let, eumpl."'~e in pI ace, f'er Each j I 5' Spec. a1 In1,"t, :,)mplete place, per Each 1 5' Inlet Extens ion .::omplet in placE, per Each 1 .1. ConcretE Storm Water Manhol (Type 'A'), comple~e in pIa perEad ConcretE Storm Water Manhol (Type '['I, complei(~ in pIa per Ead ConcretE- Storm Water Manhol (Type 'E'), cOmple1Y in pIa per Ead 3atety tnd Treatment Rep (6:1 't, _:ompleu- per Ead for 18 i.n plac Safety End Treatment for 24 RCP (6:1), '.::ompIetE' Ln plac per Eacr ~ PROPOSAL FORM Page 8 ,-,f 24 ADDENDUM NO. 4 Attachment No. 7 Page 8 of 23 BID ITEM .~ . H)H Cl': .:j B :j~ B 1 j R14 B i 3 ~ " 8 1 tJ Ep. Rl SI- B 1 8 1 F:.}~ L QTY & UNIT .::./- t' Si :.) (-lL l,l' 'I 0\ i~f 9 4 U I 1 f~ ]- (1, ,~ ~ EA [II DESCRIPTION Sa f e1 y I,nd Tre.:l.trm, 4 '"~ 'hox Culler: completi in pL:l.CE, for 6: 1) , per ~~h 51,jewal placE, Drain. er Eac'1 ofnr:,lete Re - gr ad. Exist Lng urainage Ditch, :ompletein place, pe [ Linear I~2 t v- Shaped Drainage [)i tch wi th 4; I Side Slopes, complete Ln place, per Linear Foot ___om. ~__._..._.._ ~ 4 Channel Excavation, complete per Cubl,c Yard 511 t Ferlce for Storm Water Pollction PreventLm, complete 1L pJ dCP, per ~b.!:l~a r Foot, 6" Conclete Curb & Gutter, compleb in plaCE, per Linear Foot Unantic pated :urb & Gutter Removal complete 1 f' Place, per Linear,fo2~ Concrete Headwall fer 4'x Box CuI 'Tert, c')mplet e in pI ace, ! 'er Eacn Cement: tabilLzed Sand Backfil , compLetf~ in place, per Cub,c Yard Adjust f:xistin,J StJ.Jrm Water Manhole to Finish 3rade, compJet. in pliCS, per ~<?cs:h 2109 Ex sting:urb Inlet with Concret. Plug, complete in pI,3CE, per Each Plug Ex sting L5" Rep with COLcret, Plug, complete in L p:i dCE, per Each ~ PROPOSAL FORM Page 9 of ,!4 '-'-'c.==T=~-= .,~ 'i I , I ""L -'.... UNIT IN F I I $ -f -~-==-~ is "t $ $ $ I 1$--,- -r- $ $ I ~ I " ---t-.~~~ 1$ --+.- ---, , ! $ $ j I 1, $ .-..., ,~-_.,--,---~. IV V PRICE BID ITEM EXTENSION (QTY X UNIT PRICE lGURES IN FIGURES) $ "- $ $ , ,--- $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 4 Attachment No. 7 Page 9 of 23 =OC=+-=="="'-'=-o" "'=- __.C"'=="==''''.'=.e- I ! i i ~'~'=i~~ '~"o~'o ~c.~c I Pli>g Ex stlng ')0" , I Co,-cret, Plug, :~crnr.: tPJaCE'~ f,er E~~c:[1 I FJ:wabl, Grout & A:o Exist inq 15" R~P, pJ dce, f 'er I~in'O.:l! _ E' Il BID ITEM QTY & UNIT d :~ ~.Jf-' H4 ~f- 84 1t 84 11'8 '-.Jf 84 1 31 EJ.. B4 4 L:: B45 1 LS DESCRIPTI Hay Bal,'s, complet':' pe r L~ne~.I,.X~ot Trench ,;afety for cornplet.. in pla.ce, per Line~F:~()t Trench ::afety for -; St[uctuce, complete pet: ~:acl: jTraffiC ControL, co pI d C e , per 1, gIIl..EJ) till' -....-- .----- ---.-- Storm Water Utility for ~scellaneous E Chain L~nk Fencing, and Irr~gation Work Witt Park Improvem.e Associated with the Ditch Widening, com place, per Lump Sum [II ~----_._-- . -~"'~cT~-~=~" , IV V - _m UNIT PRICE BID ITEM EXTENSION ON IN FIGURES (QTY X UNIT PRICE IN FIGURES) ---'---'--- ~_.._.. --I~~~=-- --.-.-.- .P with I i ete tL $ ------- $ ------- ...... -.---.- andon omplete in oot $ $ ~ -----.--- .--,. ----- -----. in place, $ $ -------- -.----.- u~ .- -'--'-- lorm Sewer, $ -...---- $ ---.---- ---. -------.__... torm Water in place, $ ---..-- $ --~_._-~.. -. --,"-.----'- rnplete Ln $ ------- $ ---- -. .--..----.- Allowance arthwork, Seeding for Bill nts Bear Creek plete in $ 15,000. 00 $ 15,000. 00 TOTAL BID PART B (Items Bl through 845) $ ~ PROPOSAL FORM Page 10 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 10 of 23 IMAREON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) I PART C: WATER DISTRIBUTION IMPROVEMENTS III BID ITEM 4 ( L ~ t- '8 Cj 1. ., '_I 1.--' iL 13 II I .=-.- ''''''.'.''=.''''''T=='''=...'~= QTY & UNIT _ ~~_--L__u_~ - -"~--r~~--- 4 u' Lf 13 1 L:: 4 [,', EA , 1 ~ El\ 14 ET. ,A'-" t' Erl 1 EA EI~ En EA Ell DESCRIPTION ~~---~ -----1 Water J Ine, I i 6" c: c; 0 0 pve (DR 1 H compIet,. in pl3.cE, pe r Lint~ar F()O~ 8" C900 pve (DR 18) Waterline, complet~ in place, per Lin~ar F()ot 12" e90U pve (DR 18) Waterline, complete In place, per I,inear_ Foot 6" Gate Valve and Valve Box, campI et in place, per ~~c:l:l 8" Gate Valve and Valve Box, comp1et'. in pI ace, per ~Cl_ch L!" Cat complet Valve and Valve Box, in place, per Each 6" 450 Dl Bend, ~omplete 1n placf~, ~)er Each 8"., 450 Dl Bend, ;omplete HI pLace, ,)er Each 12"- 45 DJ Bend, "omplete ln place, :)er Each 12"- Ilv,o DI Send, "omplete 1n place, :)er J?Ci<:'t1 12"- 90 D1 Bend, place, Der E~ch ()mplete In 12"x 12" Tapping ~jeeve, complete in place, per Each 12" Plug, comrlel E n plaCE, per Each ~ PROPOSAL FORM Page ; of 24 IV UNIT PRICE IN FIGURES $ $ $ $ $ $ $ $ $ $ $ $ $ V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ $ $ $ $ $ $ ADDENDUM NO. 4 Attachment No. 7 Page 11 of 23 u BID ITEM QTY & UNIT :j. SA ~.'t L 8l~ ;~l\ : H EF. _~ 1. 'j E:l\ "'--J , r!...r: Ej~' ,..:...L EJ\ 1 EJ\ 4 E[l .~:2 ~_~ 17 '8 L 6 Ef\ C-27 El\ __--.L --T I UNIT I IN F .--4~~~ I , comp 1 et_'" I $ ~... - I i I $ l- - , , (II DESCRIPTION f:" r i e- 0/( onnect p'" f' Sach } f P j a.c' B" Tle- n/Connectl(n, complete If pJ ac', per Each 12" Tie In/Connection, complet" in place, per Each Water S"rvice ::onnection, complet.' in place, per Eas::h 12"x 6" 01 Tee, complete ft placE', !er Each 12"x 8" 01 Tee, complete Hi place,:>er Each 12"x 12' 01 Tee, ,:cmplete 1n pl'ice, 'er Each l2"x 12' 01 Croso:, complete 1ft pJacl-', 'er Each 1" Alr ~elease Valve with 5' Dld. Fioerglass Manhole, complet in place, per ~~<::h F.ue Hy jrant Assembly (Type 1 I complete In place, per EaC-i FIre Hydrant A.5sembl y (Type 2 , complete n place, pel. Eac'j Trench 3afety tor Waterline, complet2 in place, pel Linear fgc't Plug EXLstlng 6" Waterline, complet'" in pJac,~, per ~~ch Plug EXlstIng 12" Waterline, compLete in pi ace, per ~(lC:.b ~ PROPOSAL FORM Page L' of 74 $ $ $ $ $ $ $ $ $ s $ $ IV V PRICE BID ITEM EXTENSION lGURES (QTY X UNIT PRICE IN FIGURES) -- $ -- - $ -- - $ -- $ $ --- $ - $ -- $ -- $ $ $ -- $ - $ -- -- $ ADDENDUM NO. 4 Attachment No. 7 Page 12 of 23 :~~_ i>I~~~-= :~::: 6: C c; -< 17H2 LF C30 L:' C31 L: C32 C33 C34 ement ,'3t ,bi I j ze 1 ~d BackriJ L,:omple~.e oer (~ubic Yard F'lowable Existing complete per Li:rJ~~ ;rout. & Aba;) 2" ACWater n plac~, Foot --~-- ----.._~-_._--_._-_.__.. "------.. -----_.__._---~_._.- IV V - UNIT PRICE BID ITEM EXTENSION I (QTY X UNIT PRICE I IN FIGURES .o==~.J______ ~--'_ IN FIGURES) -------- ~.T--.---... place , i I tS _. --- -- - .--- $ -_._,,-- con 1 ine , S $ ----~--.- ---- - ~- -.------.. 1 ete l.n $ $ ---_.._,,_.~_.- - ~.- .- ---.- __._____n. ce , $ 7 , 500.00 $ 7 , 500 00 .~-- -.--..--- place , S $ -- ------ - - ... ----- ._-_...~- .----.- t e in <: $ "r ---..----------- - ,,-.-.------- -~._--~_. e r r'; place , $ ,,- ------..- ---- $ !' Traffic C()ntrol, camp place, pee b.l,lIT\J2.Sl!!T! Water Uti ity Allowan complete n place, per LumQ...:;um 6" F.~ug, ,:omplet." in E}, per Each 1 6"x 6" Dr Tee, ::~)mple place, pe. Each TOTAL BID PART C (Items Cl through C34) $ EA :c Trench Sa ety for Wat Structure, complete I per Ei;lch El'. ~ FROPOSAL FORM lage 13 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 13 of 23 PART D: I BID ITEM [, ~ [;4 h ! 7 D8 D9 DID Dll i LF 94 LF 2( 'JF 2203 LF ,,1 LF 4 LI 352 LF 1 E1\ 1 El\ 6 SA ,'IMARFUN BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) IMPROVEMENTS III DESCRIPTIO 1__ r-- 9 ,f 8" p~c SOP 261 Wast Gravity Line (3' conplet" in pl'icE, pe.r 1 i_fl'"ig" FQo t WASTEWATER - C' n '~"~~T~'~'~"'~ QTY & ! UNIT 8" pve SOP 26) Wast Gravity Line (10'-1:< complet.. in placE', peI Linear_ Foot 10" pve (SDR 26) Was Gravity Line (12'-14 complete in pl3ce, per Li.flear Foot 8" pve Wastewater Pr Pipe (1)0 psi) for W Crossinq (10'-12' De complete in placE', per Linear Foot l~:U 901 PVC (DR ld) Wastewater Force Mai campI ete, in place, pe r Linear _foot:: 14" 90 pve (DR 8) WastewaLer Force Mai complet" in pL'ice, peI l,inearfQQ~ 16" e90 pve (DR L8) Wastewa'er Force Mai complet', in place, per LinearFoot 16" C905 PVC (DR 18) Wastewater Eff1uent comp1ete in p1ace, per Linear Foot 12" Flu,! Valve and v campI et" in place, p 14" Plu'! Valve and ~ completp in place, p 12"- 45 Dr Bend, ''- l~ldce, per Each IV V I UNIT PRICE BID ITEM EXTENSION N (QTY X UNIT PRICE , IN FIGURES FIGURES) ,..... +-~=. IN _._-._,--',- --~-_._~_.._._-_.- ewatsr i i Depth! , I I I I Co $ l ..- ---- -~ -.-.-- -t- ----- ewatsr I . Depth) I , I -ts $ -..----- .-.-...-- - -~---~------ tewater I . Depth) , $ --...--- $ --~-- .-- -~_.__._._-_.- essure aterline pth) , mf$=- $ --- .. n, I $ $ ---.--. ~--- .- n, $ ------ $ ~_.-- n._._ --..-....-..- n, $ --.----.- $ ~--- .-- ._.._-_.~_.- Line, $ -_..._-~-- $ ---~ ---..-----.- -- 'alve Box, er Each $ $ -~._.- _._--~----_..._~ --~- -- -_._---_..~-_...- alve Box, er Each $ $ ~_.__. ----_.~ -...-. ---. -- -------.. 'mplet e in $ s -_..~--._- --- -- ------ ADDENDUM NO. 4 Ei3 Attachment No. 7 PROPOSAL fORM Page 14 of 23 Page 14 of 24 BID ITEM QTY 6. UNIT D12 D13 D14 D15 D16 E!-\ D17 Ell D18 Ef\ D19 Er\ D20 El' D22 Di~ j r;) ..\ D2 S II III 6 Dj Bend, 'er Sac h DESCRIPTION c; 4 ( "f>.; ~jCf-' t ~j' 4 t ~) t' -~ 4:-; p.~ :'1CI:-:, Dl Bend, :er Each E/i c>ffiplet;c,i umpletcc l -- --- -.--- ~~ IV V UNIT PRICE BID ITEM EXTENSION IN FIGURES (QTY X UNIT PRICE IN FIGURES) f: $ $ ...----- ---~ -- - ~.~ --~-- -- n $ -"-'--- $ --.-..- -.- -.-..-... - - -- $ $ ----_.- ---- .- _.~-._--_.- $ -_..~--- -.- $ _.u.____. n $ $ -. --'-',,- _".__n n $ $ -' -. $ - $ ....-.. _. n $ $ -.,--.-- -- ----,..-.--- $ _..._~.. $ _'U'_ --..----, $ --_.- $ .--- 1--....--.-. r $ -- $ -.---- -- I--. ... .----- $ _.~,-- $ --'-- f-----.--. $ ---~_.- $ ....-- 1--- ----..- $ _,_"__,_u $ .-.-.. '--.- -.-.- ADDENDUM NO. 4 Attachment No. 7 FORM Page 15 of 23 f 24 SA tu" t'lu..j, ('omr1ete In place, pel Eac-, 4 16" Plu..j, com!=,leLE' In place, per EaC"l EP,. 12"x 10" Reducer, complete j place, :)er Each 12" Bli:ld Flange, complete i place, Jer Each 12"x 14" Wye, complete in place, ~)er Each 14 "x 12" Reducer c'omplete i place, Jer Each 8" Drop Connection Assembly (6'-H' Depth), complete in pLacR, :)er Each EA 8" pvC (SDR 26) Wastewater Gravlty Line Stub-Out with Plug, cJmplet E in place, per Each ~, 5' Dla. Fiberglass Wastewate Manhole (0'-6' Depth), complett~ in place, per Ea_cb EJI 3 CJ v~ Extra Depth fcr 'j I Dia. Wastewater Manhole (Over 6' Depth), complete in place, per Vertic~J__R9.<2.t EA 2" A3.r Release Valve with 5' Dia. Fiberglass Manhole, complete in place, per Each 1 EiI Tle IntJ Existlng lO" Wastewater Force Maln, complete in pJac(~1 per Each ~ PROPOSAL Page 15 0 BID ITEM QTY & UNIT -)) )28 D29 :) 30 :-) -j D32 033 4393 LF 034 L:-; D35 EJ:., 036 ':,1 Sl~ ')r 31 Lr 89 2 EA EA L [Il -L __ T--- DESCRIPTION . _ __--1..-__ --T- ! Jj int EXIsting 1 " I Wastewa' er For~e Ma i n, I COITIPlet." if; pl':lcE, pe E~cl , I TltO lnt Existi.ng Wastewater Manhole complete in place, +~er EacL Asphalt Pavement Repair, compl et', in place, per ?_~dre_X.ar'~ 4 !) Cement :;tabilized Sand Backfil , complete in place, per Cub~.c Yard 1 Flowabl'e Grout & Abandon Existing 10" Sanitary Sewer Line, complete in place, per Linear foo~ Flowabl,c Grout & Abandon Existing 12" Sanitary Sewer Force Main, complete in place, per pne~FoCJ.~ Adjust ~xisting Wastewater Manhole to Finish Grade, complet', in place, per Eac..l:t Trench :;afety for Wastewater, complet" in place, per ~inear Foo~ Traffic Control, complete in pI ace, per l,um..B.J3~ Rehabil_tate Existing Sanitary Manhole (14'-16' Depth), compIetp in place, per ~a_cl:t $ Rehabil_tate Existing Sanitary Manhole (18'-20' Depth), complet,c in place, per Each ~ PROPOSAL FORM Page 16 of 24 UNIT IN F $ $ $ $ $ $ $ $ $ $ ~~ IV V PRICE BID ITEM EXTENSION lGURES (QTY X UNIT PRICE IN FIGURES) -- $ $ $ --- $ $ $ -- $ $ -- $ $ $ ADDENDUM NO. 4 Attachment No. 7 Page 16 of 23 BID ITEM D37 D38 II - III ._~~~~'~ .~~..~.~~= QTY & ! UNIT 1__ T-- t I ~~~~~~_~: e_ ~n_ U~t~,~: ~ pe: L U!f\l) __~~ ,__~rench ,;afety EOl ; , ":~ St :uct_. u,e, complet_p - , peL Eacl _.,-'c=.'..'___..___ _.~"__._=_=.~.. DE SCRIPT :J... .' ------"-- : IV V I UNIT PRICE BID ITEM EXTENSION ION IN FIGURES (QTY X UNIT PRICE i IN FIGURES) _._~----- -- --'.-- __.1.___________ ---T---- ------ ,1), llowance, i I I $ _J~IUQ9_~ $ 15,000.00 -..-..- n_+_ ---.--.- Wastewater I t I In Pla'~ -..----- --~ $ ~ $ TOTAL BID PART D (Items D1 through D38) ~ PROPOSAL FORM Page 17 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 17 of 23 ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) I PART E: SIGlfALIZATION & LIGHTING IMPROVEMENTS IV BID ITEM F 1-:2 F.' ~ .J_/ E4 E5 E:b t.i II III -~--~~J~--'- ~-- QTY & UNIT '"="-..;=~ =.-""'0--"=. .,,-=- L. LS 2850 Lf' 51 ~) LF 5 EA 1 EA 234 LF DESCRIPTION Trdf ic Signalization for Blson/Clmarron IntE'lSectlon, complet,? in placE', per L~ S1lJ!:l Traffic Signalization for Yorktown/Cimarron Intersection, complete in place, -~)er ~~p~_l1m 2" PVC (Sch. 80) Electrical M. I . S. ::onduit, complete in place, ::ler LiIl~9.r Foot 3" PVC ISch. 80) Electrical Conduit for Street Lighting, complete in place, per Linear,F,221:. Handhole/Pull-Box for Electrical M.r.S Conduit, complete in place, per Each Handhole/Pull-Box for Lighting Conduit. complete In place, per Each 6" PVC (Sch. 80) lLE.P. Electri--;al Conduit, complete in place, per Linear Foot I UNIT PRICE IN FIGURES $ $ $ $ $ $ $ TOTAL BID PART E (Items El through E7) V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ $ $ $ $ $ $ $ ~ PROPOSAL FORM Page 18 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 18 of 23 ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) BID SUMMARY TOTALS: SUB'IO'lAL BASE BID ]"~= DESCRIPTION TOTALS Total Bid Part A Items A1 through A42 $ Total Bid Part B Items B1 through B45 $ Total Bid Part C Items Cl through C34 $ Total Bid Part D Items Dl through D38 $ Total Bid Part E Items E1 through E7 $ TOTAL BASE BID (Parts A, B, C, D and E) : $ ~ PROPOSAL FORM Page 19 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 19 of 23 h, I. iF :" gnt'd herd'y de, i a ;~es hat he has visited the site and j car. t 1 e;,cm Ln'd hE f :HiS, spec 1 f icatlons and contract documents atlnu' ',re ,",ork coveted t:y his bid or bids, that he agrees to do the we: k, arid ha t ) ceureserta t ] ons made by the City are in any sense a warrant 0Ut ~r mer estimat s fOt rhe guidance of the Contractor. iJpor nut 1. f cat Lon ) award of contract, we will within ten (10) alendaI jays execut.~ the formal contract and will deliver a Performance Bond a~ requJred tor the Edithful performance of this contract and a Fayment Bond (dS u:~qlJired) to lnsure payment for all labor and materials. The bid bond detachec to this proposal, in the amount of 5% of the highest "imount bin, is t( become the property of the City of Corpus Christi in the vent the ~~ont ra ,:::t a nd bonds ci re not executed wi thin the time above set rth a J iqu i cia t I~d damaoes i ,Jr the (.:lelay and additional work caused hereby ~nority/~nority Business Enterprise Participation: The apparent low bidder ,;hall, wlthin five days of receipt of bids, submit to the Ci t 'J Engineer, Ln wr it ing, the names and addresses of MBE firms fJarticipating i the (:ontract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Comp1etion: The undersigned agrees to complete the work wi t.hin 336 ca1endar days, for the entire project, from the date Jesignated by a Work Order. Each Phase and associated stages of the Project shall be completed within the number of calendar days or dates "illocated below. Detailed descriptions of the stages are provided on the ontract drawings as indicated below: From Day one* Phase A - Bear Creek Ditch Improvements Stage I - Constru:'t Bedr CreeK Ditch Improvements See Shpet 94) 35 Calendar Days 'Start of the phase is delineated by the Notice to Proceed. Completion shall be 1,ased on sat isfactory work, completed in accordance wi th the plans, specifications, nei other contract docUffif'nts and ac:epted by the City. From Start of Each Phase* Phase B - Intersection of Yorktown & Cimarron Stage II - Construct Detour Road, Detour Widening, Box Culverts and Elect ical CmduLts (See Sheet 94) Stage III - Construc1 SE portion of Cimarron/Yorktown Intersect ion (See ;;heet 94) Stage IV - Construct SW portion f Cimarron/Yorktown Intersection (See Sheet 94) Stage V - Construct NW portion of Cimarron/Yorktown Intersection and Construct East Section of Cirnarron Blvd. to Sta. 30+84.62 (See Sheet 94) Stage VI - Construct NE portion of Cimarron/Yorktown Intersection and Construct West Section of Cimarron Blvd. to Sta. 30+84.62 (See Sheet 941 165 Calendar Days ~ PROPOSAL FORM Page 20 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 20 of 23 Phase C - C.l.marron Boulevard Improvements 136 Calendar Days Stage VII .- C or,,:,U uc East portion of CimarTon Bou evard from Bis.Jn D~ive to Sta. 23+47.90(See Sheet 94) Stage VIII - Constru:t Cima~ron Boulevard from Sta. 1+00 to Bison Drive f1.1l width, and Construct West poni..)n of Cimarr0'. Boulevard from Bison Drive to Sta l+47.90 (See Sheet 94) Stage IX - Place iindl l~" .:;f HMACP (Type D) Surface Course; Place permanent Pavement Markings and Raised Pavement Markers; Project Close-out . Start, of the phase is delineated by the setting up of Traffic Control devices and first day o~ traffic diversion. Completion shall be based on satisfactory work, completed in ~ccordance with the plan", specifications, and other contract documents and accepted by ne City. Phase D - Improvement across ~reles School Property (All work must be completed between June 1 and July 31, 2006) All Storm Water work from STA 0+27.5 (Baseline 'C") to tie-in at Bear Creek Ditch (See Sheets 62 & 63) Bison Drive School 9us Lane (See Sheet 149) Start of Phase D is delineated by the Notice to Proceed. Completion shall be based on "atisfactory work, completed in accordance with the plans, specifications, and other ')ntract .locuments 'cmd a:cepted by the City. The under::igned further declares that he will provide all ,ecessary tools and apparatus, do all the work and furnish all materials nd do everything req:uired to carry out the above mentioned work covered y this proposal, in strict accordance with the contract documents and the quirements pertaining thereto, for the sum or sums above set forth. ReceipT: addenda number). )f !:he following addenda is acknowledged Respectfully submitted: Name: By: l\L if Bidder i~ (SIGNATURE) a Corporatlon) Address: (P.O. Box) (Street) (City) (State) Telephone: (Zip) f'.;. ''l'E Do eWe detach aid t 'om :)thE-r papers. Fi II 1.n with ink and submit complete wirh attached papers. (Revised August 2000) ~ PROPOSAL FORM Page 21 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 21 of 23 R CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or finns 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 "NAn. FIRM NAME STREET: CITY: ZIP: FIRM is: 1 Corporation __d_ 2. Partnership 5 Other 3 Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet 1. StIIte the names of each "employee" of the City of Corpus Christi having an "ownership interest" cORStitutlng 3% or more of the ownership in the above named "firm". ~ Job Title and City Deoartment (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". ~ Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" cOllStituting 3% or more of the ownership in the above named "firm". ~ 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", ~ Consultant CERTIFICATE I cattify that all infonnation provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certit'flng Person:.___.____ (Type or Print) Signature of Certifying Person _____. Title: Date: ~ PROPOSAL FORM Page 22 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 22 of 23 DEFINITIONS a "Board Member", A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas D "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. "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. "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. "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 23 of 24 ADDENDUM NO. 4 Attachment No. 7 Page 23 of 23 ADDENDUM NO.3 April 28, 2006 TO: ALL PROSPECTIVE BIDDERS SUBJECT: Cimarron Boulevard Phase 2 Yorktown to Bison (Mireles) Project No. 6262 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. I. PART A- SPEGJAL PROVISIONS - PARAGRAPH A-1. TIME AND PLACE OF RECEIVING PROPOSALS I PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE - Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed two (2) weeks, from Wednesday May 3, 2006 at 2:00 p.m., to Wednesday. Mav 17. 2006 at 2:00 D.m. Location and Time of Bidding shall remain unchanged. Note: Addendum No.4 will follow shortly to address various items. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #3 ARE/eo r L~:= Director of Engineering Services ADDENDUM NO.3 Page 1 of 1 I ADDENDUM NO.2 I '\pril 07, 2006 TO: ALL PROSPECTIVE BlUDERS PROJF:CT: CIMARRON BOULEV ARD PHASE 2 YORKTOW TO BISON (MIRELES) PROJECT NO. 6262 ProspecfiveOl(-J(Jers arelieieby-notlhed oTthe followmg modificatIons to the contract documents. TheSe modifications shall become a _part of the contract documents. The provisions of the l:ontract documents not specifically affected by the addendum will remain unchanged. I. PART A. SPECIAL PROVISIONS 1\. PARAGRAPH A-I: TIME AND PLACE OF RECEIVING PROPOSALS I PJU.:-HIO ME~TIN(; AND NOTI<:E TO HJDD~RS . Pro~tive Bidders are hereby advised that the scheduled Bid Qpei:llilg date .ha.s Ocen postponed. one week: from Wednesdar.- AQri126, 2006 at 2:00 p.m" tg))'ednesd;!XcLMay 0:1.1006 at 2:00 p.~ Timl' and place of bid opening shall remain unchanged. I. 2. Prospedive Bidders are ~ <Mivised that the scheduled _Pre-Bid Meeting date has Oeen postponed one week, from Tuesday, April II, 2006 at lO:()() am., to Tuesdav: April 18. 2006 at 10:00 a.m. Plepe acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM NO.2 A. RElrs J1&~~ Director of Engineering Services lIr~ ENGINEERING SERVICES POBox 9277 Corpu~ Chr1sti, TX 78469-9277 ~ ADDENDUM NO.2 Page 1 of I .~CitYOf Ii'W ~orpus =-- = (/hnstl ~~ [~DENDUM NO. 1 I f' r i I /006 ALL i'ROSPi:CT ['IE B! InEP;; PROJECT: CIMARRON BOULEVARD PHASE 2 - YORKTOWN TO BISON (MIRELES) PROJECT NO: 6262 t ospec! ve bicide s an' h,~u'L/ not] tied of the following modifications the ,:nntract ducument.'; Tti"se mod] fication~; shall become a part of the con ldct "lcH'umerLs. '!'[H pfovi.'i!ow; of the contract documents not "pecifl ly 3lfc,.tfd ['V :h,. .ddendum;hall remain unchanged. 1 GENERAL PROVISIONS A. PARAGRAPH B'-7, PROSECUTI_ON AND PROGRESS ADD: New Paragraph B-7-15, AVAILABILITY OF FUNDS Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may. request payment for demobilization /remobilization costs. Such costs shall be addressed through a change order to the contract. Please acknowledge receipt of this addendum, 10 the appropriate p1ace on your PROPOSAL FORM. END OF ADDENDUM NO. J AB.E I rs " t;lJ: ~ !An:Jel H F:scobar, P. E. Dlrect,1 'If Engineering Services 1/-1176 ENGINEERING SERVICES PO. Box 9277 Corpus Christi, TX 78469-9277 ADDENDUM NO. I Page 1 of I FOR M S S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND o F CON T RAe T S AND BON D S FOR CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PHEPARED BY: Maverlck Engineering, Inc. 2000 S.P r.D., Suite 100 CJrpus Christi, Texas 78469 Phone ..! 61/ 2 89 - 1385 Fax' \61/289-0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 3500 Fax. 361/880 3501 r.'.:~,JECT N(). 6262 "",,\\ _---0L O~ T[,r "t _ c.;... '* .4J' I, ~ . .. . , ~ . , " *. * I , .. .... ....1 ,I r'>lALC GU1MAN iI " . .. .. .... .....,1 ~..-o 76/82.0::: , '1., h ~.,~,., /,'r{ .."'_ ~~t-- -- 4.S.0b ["i'WING NO. STR i7S '..... 1 sed O( CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) Table of Contents NOTICE TO BIDDERS ,. v ;ed O! NOT ICE TO CONTRACTORS - A (S V 1 , pt. Ci \ Ins rHlce qeuu re:nen t s NOTICE TO CONTRACTORS-B (P"vi -;ec: ",IOO! War ,<e 's C)mper,sa t ion )Vl:~ r dqe FOe Bui 1 cLi ng or Construction proj ects For ~;-:_:-\TernTner]t Ent-it-Le.s PART A - SPECIAL PROVISIONS ~. Time> lIld PLace ()t ReCelJino i-'roposrlls/Pre-Bid Meeting 1 Dei n tions dnd A,obrevi3tie[,; ! Des t:pticn )f PTljec.t r MetLol of /~war r Items to b,= Submi!ted wLth Proposal , Tiror C ('ompl.et io l/LiqUlddtcd Oamayes Worl\e:s Compen!'-at:OTl Tn311ri3n'e Coveraqe Faxed Proposa L r, Ackr owledgment of Addenda 1- Wag. "cites (F<evis'd ! I') iDe l' Cooperatlon with,lublic l'\.oencies '.Revised 7/5/00) I" Mair,tJ'nanc>" :,f Se:"v1c,,"5 l" AreC! Ac:ces:; dnc Traffic: Cc.nt Jol P 4 Conct'uction EquiDment ,pi L] dge and Track ing l" Excrlvat ion afld Removals !' f, Dlspo~sal/Salvage f Mat'"rial p. - f ,...-f'i.e.+ t:t- 9-f+4.ee (NOT USED) p. il-! Schecf1l1e and Sequ'.,ncE-' 0" Construct on [}j Con,<t'uction Proj'>ct La/out !iIld Control !' Test Ulq and eer ti icati"!1 A Pro e(L Siqn::' A Mi nc r ty /Mine r 1 ty Businf~ss Enterpr i se Participation Policy (Revised 10/98) AB In3pcc~~i-f;;d (Hcvi3cd 7/5/00) (NOT USED) A "'J Sure t V Bonds A--;.Lr;,.--S<:llc.J'f-ax E}{cmpti.}ft (NO LONGER APPLICABLE) (61 Ll/98) A h SuprLcmentill fnsu ance Eequi rement5 A !i. RC3pOll:Jibi J i tT- fe.1- DLlIDLlfte- {~.h:H:ffi9' (NOT USED) i", Con uJerat Or:3 fo ContI act l\ward and Execution j\ Cont rdctor's ;'ie1<1 Administration Staff ;1, AmeLdl'd "ee,n,') Lderdtion "f C:)ntract" Requirement.s II, AmeLded "Pc>lL.;y 0:, Extrd Work and Change Orders" A AmeLded "Execut La! of ('clnt rHt" Requ i r-ernen ts A Condltlons of W()r~ A 4 Precedence Of C)nl ract [!ocuments A+', - -Bit-y.. W Ll to r -Fdt:"ci J.:.4+ i-es-~'-Sf7ee i: a l-Retfu-i rementc-S (NOT USED) i\ Othf SubrnJtt,di Revisuj 9/18/00) A Amended "Arrangement and C/-ldrge for Water ~~urn shed by the City" A Worker's (~('mpf~nsat ion C(,ver loe for BUllcflnq or Construction Projects for ;uvernrnent "~nt it ips 1 [~HLF: OF CONT2.:NT:; ['(;E 1 'F A-~.,4 G-e-r-E-i-fc:i-f:-a-t.-e--7tBee1::l~Y- a-fid- -Fi-ft-a-l- Acccpt.:mcc (NOT USED) A-4iJ Amendment to Sect iOil 8--8-6: "Partial Estimates" l\-4l )zone Advisory A-42 OSHA Ru es & Regulations 1\-4 i Amended "Indemnificcition 3nd Hold Harmless" (9/98) /\-41 ~:hangf Jrders 4/26/99) 1\-4') .2\S-8UI11 Dimensions and Drawings (7/5/00) A-46 Dispo a, of Highly ~hlorinated Water (7/5/00) 1\-4} Pre-C,nstructicn Exploratory Excavations (7/5/00) A-48 OverheaG ELectrical Wires P/'l/OO) A-4:; Amend "r'1aintenance;uaran t y" 8 124 100) /\-5 video D().:umentat~ on J\tt'1chment r Project S gn PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS )2010 D20 SITE ASSESSMENTS & CONTROLS Sucvey Monument: S49 021 SITE FREPARATION )210 Si~e Clearing and StrJpplng S5 S1 'T Gradinq S6 Removing Old Stluctures sse JV ,,:ARTHWOB.!< J2?02C 0220 ;) 022040 02206 )2208 )2210 022 4 :2) Excavation dnd Backfill for Utilities and Sewers S9 Trench Safety f( r Excavations Street Excavati,n S10 Channel Excdvat on S]1 Embankment :-;1] Select Material SlS Si It Fence 397 . (25) 02:) ROADWAY 025202 !) 2 52 00', )2~4 02~A1)4 '}2 ') 4 025414 025418 f)2~,4 4 :) 2 ~) ':) 02')608 1)2561 )2~l6l o 2 ~,{) 11 SUBGRADES AND 8ASFS Scarifying dnd Reshaping Base Course S23 Pavement Repair. Curb, Gutter, Sidewalk and Driveway Replacement 854 ASPHALTS AND SURFACES Asphalts, Uils dnd Emulsions S29 PrIme Coat (Asphaltic Material Only) S30 Aggregate for Surface Treatment and Seal Coats S35 Surface Treatment S32 Her. Mix Asphalt1c Concrete Pavement (Class A) S34 CONCRETE WORK Inlets Sb3 Concrete Curb and Gutter 352 Concrete Sidewalks and Driveways S53 Ce,nc rete Curb Rdmps ..At< k: llF CONTt:NTS :',\rOF: 2 OF 6 () o~ ~-802 o :)803 o o o o o o HOS RD7 HL3 L6 8i8 ;.;: 8 TR,q. m-R, L5: & :f<;V '~mpo[a:^y fraf1.c ;:OIlLIOi,' During ,:onstruction r,dflc Si:Jnal Ad-)llSrments i\bhrevldtE,j Paiement Mark ngs SlO] lJem8n >'lay KilgS Pd in L ,md Thermoplastic} S45 C' form\~d3t 1. inq d;ld E:rLlems '- i ,'ie'j ')]c'2H!en ~1drb'cs ;tlei Tlatf; Buttons He ert>n.;e ?a'felI1ent Mdcker (Ref ectorized) (TxDOT 0-9-4200) '? r preen >" Sit U1nin":l" /\(3tH' i ve fur Pavement Markers (TxDOT D-9-6130) o UTIL r ES o t GENE'!,AL o 6201 o U02 o 6206 o 6210 o 6214 0 { 'l 0 6402 0 6404 0 6409 0 6411 0 6416 o tt o 6ti02 \rJa er 11 Ie Ri 5e A,;sernbl Li' S7Q i!ydrostatl: Te itillg ,f Pn,ssllre Systems S89 !'11' rile It)n Pipe and FLU ings ~;81 \f( Pip'~ .AWW/\ C<~OO dnd 905 Pressure Pipe S83 J ut i nq ",On nd, 'ned (11 i1 t., Line <ci ~;.~ WA"'F>~LINE; WdterllIle~ :388 W,31 E~r Sf~r\/ice _~lnps :;d7 apping Sleeve ,j 1, co V a_ 'J 'c. S f 0 Hydr';lt s and applng Valves S84 Wate: Lin;' S85 ;86 SAN IT'ARY !CORel' M.UN:: H'l telrv ~w..r FOl <:f' Ma i '-:;69 o SEWERS & DRAINACE [) I GENERAL o 202 o 7203 o 7 OS 'j. 74 o 7402 0, 7404 0: 16 o 7602 0: 7606 0/7611 M,:iIlhol e ~-) --')/ Vacuum Testing of Sanitary Sewer Manholes and Structures t herqlciS Manholes: ')8r, STC }R.l'-1 SEWER, Pel nforcec C:)[l(:ret e !'rpe 'ul vert s S60 H:cretr' Box c.jlvect~ =;6C SANITARY SEWERS GRAVI"Yi C,rCivity Sanital y Sewers ;61 initary Servi':e Lines T,~ evis; on I ;1spect i or of ondu} t s 0: 8 SITE IMPROVEMENTS '< LAND:;CAP I NG --- -- - - ---- 0:8020 0;8040 0:8300 0>81)0 ,,"f,ding S !ddiIlCJ S ~(.)nce KE'l ,- hd j n LJ n'" I::: :al'li ,n Fen' 'e 70 0.10 _CONCRE'l E, GROUT o 0020 FOI tIane! Cement Concr et",;40 Q-)O/O Pej nforeinq3tE.el S4: Oi () 4 0 F:pe, x y Compound, S 4 4 0;'.13000 (em retE ';t_ruct ures 41 TMJLr: UF CONTt:NT~: ''','.;E 3 OF ,. us t"'1ETAL 05 ?OD 05";1 0 We ldlnq S'~ 3 Frames,:;r3tc.s, Rings and Covers SS7 PART T - TECHNICAL SPECIFICATIONS n2 (1 02 t:ARTHWOHK emt co1 )f Ground Water 02 02 c 02 ';,' D2 CJ2 f, ~ P,OADWAY SUBCRA.DES AND BASES Crtls!led Limestone Flexiblt> Base CONCRETE WORI< Portland Cement Concrete Pavement LIST OF DRAWTNGS: SHT.NO. DESCRIPTION 2, 3 ~ H 1 ii ; 1 ~ f. TJ Ie Sheet,Vic:ir ity MaD Project Locati~n Map General Notes ano Testing S~nedules Estimated Quantities Swnmary/Drawing Legends Typial Proposed dnd F.xLsti 1) Cross Sections DE-me 1 it on/Rem':)v,,! SilmrrJd !'Y Wate r line Basemar Sanieary Sewer Basemap St,JIIll Sewer BaSelTdp '"d -, Hasernap Su u: ounding Drair,age 1\rY,1 Map Ba:3eLine 'A' ALiqnment ~;heet Sta. Base i i_ne 'A' Aliqrunent ~;heet Sta. Baseline 'B' Alignment :;heet Sta. Baseline 'B' Alignment Sheer Sta. Baseline 'B' Alignment :-;heet Sta. Baseline fC' Alignment Shee.-:;ta. proj eet Cont ro l F')int Layoul Water and Wastewater (pjan ~nd Wa~er and Wastewater (P'an and Wate! and Wastewacer (Plan ciIld Wace and Wastewater (Plan ilnd Water and Wastewarer (PJan ,Hid Watet and Wastewater (P]an ~lld Wa tel and Wastt'wa1_ er (PJ an dIld Waler and Wastewat er pj an anel Waler and Wastewa er Plan clnd Wa! e! and War-ltewa' er p~ an d!lil Wa'et ine CunrH.'ctJOn Detaji~ 'ware: and Wa:;tewa:er Detail:, 5t nd-Jrd Wal.er De a is, She<-'! Sa irary Sewer St~ndard De cl St e'.' and StOJ m ,vater PLH St, et' dnd StormpJatEtl i PLu: st ref ano St ann /\fate r PLu Stre,-,r and Storm /vat(rl Pl.-H, St e' 1 and St OJ mNate' [ PLH St e" dnd St OIm '."'atc.! 'F'Ln :;t e. .!nc1 ;;torm r~atE'r f'lcH 'ot"" dnci ~-; t 01 m ,'liat: e r '1'1 1f ,t dnc ::t or rn '~at(-: [,) II 0+00 to Sta. 18+00 18 +00 to Sta. 34+00 0+00 to Sta. 21+25 21+25 to Sta. 38+50 38+50 to Sta. 50+00 0+00 to Sta. 8+00 Profile ,I Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile ProfiLe -, 1 thru ')j is (Sheets 1 Ind Profite) md Profi e) wd Profile) lnd Protile) ,ind Prof_ilel md Prefi..lc,) .Ind Prufi Ie) ,Hid Ptofl e) I Tiel r f Ii?) lJl.BLE (IF' CONTENTS }J;\f_,~: 4 OF h Sta. Sta. Stat Sta. Sta. Stat Sta. Sta. Sta. Sta. thru Sta. Sta. Sta. Sta. Sta. Stat Sta. Sta. StCl. 0+00 to Sta. 4+25 4+25 to Sta. 9+25 9+25 to Sta. 13+75 13+75 to Sta. 18+50 18+50 to Sta. 23+50 23+50 to Sta. 28+50 28+50 to Sta. 33+50 0+00 to Sta. 5+20 (B.L. 'B') 5+20 to Sta. 10+25 (B.L. 'B') 10+25 to Sta. 12+73 (B.L. 'B') 5) 0+00 to Sta. 4+25 4+25 to Sta. 9+25 9~25 to Sta. 13+75 13+75 to Sta. 18+50 18+50 to Sta. 23+50 23+50 to Sta. 28+50 28+50 to End O~OO to Sta. 5+40 (B.L. 'B') 5~40 to Sta. 10+25 (B.L. 'B') 'J4 15 16 .'7 \8 9 ,0 'J I ,,2 ,oJ 4 4A ')5 6-6 68 .)9 70 1 72 13 '4 5 6 '7 8 9 80 81 RIA H2 H3 1 -8 86 ,'-; -88 'j 9-91 92 93 ')3A 94 'j"; 96A 97 98 99 LOa 101 102 103 104 105 106 '! -110 11 . 12 13 ; 14 i5 116 t !, 12 8 129 130 i} -132 j-134 35 36 37 t- ;.) r IT ~rV c;: e t ,1 lIe) E;ta. 'n (Plan and 't., (Plan and r (Plan anel h (PlanH,d ( P L:r Hhl (PLH' )nd (Plan inc1 (Pl.,r: lr,,1 :', PI Tj fJ j La,', an j D aindge Oil. Dainage Di 1 D ainage D.! t Cli n.,(1" ')] t , . ;j 1 11c HJ i' . . a i!CJe )] 1 ainaqe .)]t :i 1 I,1 --t C] (I ,) 1 :.il:' ].' 10t2:) to :3ta. 12+45.5 (B.L. 'B') Profile) Sta. 12+45.5 to Sta. 16+75 Profile) Sta. 16+75 to Sta. 21+75 Profile) Sta. 21+75 to Sta. 26+75 Profile) Sta. 26+75 to Sta. 31+75 [refiLe: Sta. 31+75 to Sta. 36+75 F,Glile) Sta. 36+75 to Sta. 40+7~1 Profile) Sta. 40+75 to End Profilel Sta. 0+00 to Sta. 4+50 (B.L.'C') Profi e: Sta. 4+50 to End (B.L. 'C') t :)1:1 Wir' CJ t nIT We.iT" er ")1 in I^J2 8) ) r W, e i_)! n {>Jc F' '_) i n '~'V (" . l) t u "IV Cl e 'n We' , 'J Wc , l)i lJ (' F-' 'j, ~ t ,'I l e_~ 1 " (' tin.": pacJw2.1 N' De'dl , 01;n Wa ('1 M sce Il<l1e(',I, Deta jsc~lJb]-je(dS Curu ~.~Inr- tail si'?l] C1 CC:15 De:,.;i. i !^lscel]a e('.]s Fencin'J Le iis imarror Rlvo SLrip ng n 3n Sta 0+00 to Std, 21+75 lm"rror B]vd Strip_ng~) an Sta 2L+7') to End rktcwr Blvd Strip ng ~ an Sta 0+00 to Sta, 8+50 ,ma;:rc..r Glva SiqndF' PL-HI Std. 0+00 to Sta, 21+75 maUCH Blvd SiqndJE': P in Std. 2ltF) t Sta 31+00 rkt owr 81 vd Siqna'F~ P l in Sta. 0+00 to Sta. 8+50 :martor 8]'Jej Poilu iOtl freventlun Plan St.a, 0+00 t.o Sta. 21+75 ..marlIA! Bi'ld Po lu', Lorl f'revent on Plan Std. 21+75 to End rkt'cwr t'lvd PolLu Lon ,'revent un Pian Sta. 0+00 to Sta. 14+00 taLlagE :JJld Poilu lorl revent10n PLHI Sta 14+00 to Sta. 28+20 !dlndge ')! Lei Pollu lorl revent Lon Plan Sta. 78+20 to Sta. 43+87 :,11 nle~, ii.lemer tdlY Si.eWl' Pollut ion Prevention Plan marror BI'ld COJi(ju' Liyl.Jut P]dn la. 0+00 0 Sta. 21+75 ima'[CH Blvd Cuwlu I !.l,/Jut L']an ")TZi. 71+]':, to End anJa r u :;t.'Il Wa' ,,,')et Ills (~;r".,("t thru > urb, =.utt t' nel :',id"walk. ::;tandard Details r Lvew3ji Sranciard De ai] (Shel"t s L thru 2) ud Ramp [(~t Ll~; (Sh"et 1 thru n <urm ,.vater P,l1.uti.cJIl Pr"lentiofi UeL~lls :a1 i C'oLtrr 1 PeriF1E~t(r Map uggestEd It'a! tic C:ontrc 3tages ,equencE of C( nst [Ole' .10fl]C1d Gen(~rd! Notes r af f L-: Con trt 1. Sect on,' ratf.1 Contrel Pian (StoHle IT) Yorktown Intersection ratif:: Contn1 Plan (Stdq,? II) Sta 0+00 to Sta. 21+00 raff!' C')ntr( 1 Plan (Stdq,~ III) Yorktown Intersection rafti ~ "::>ntn 1 Plan (Stdqe IV) Yorktown Intersection raf i1 ::'ontn L Plan (Stdqe V) Yorktown Intersection taf II = r::m! n: i Plan ~Stdqe VI) Yorktown Intersection catli:: ":)rl r( L Pldn (Stilqe VII) Sta. OtOO to Sta. 21+00 raifL: C')l1t1'< 1. Plan (St"qe VII) Std. ;>1+00 tEnd raffi= )r:rrc Plan (Stdq,.2 VIII) Sta. OtOO tu Sta. 21+00 raffi.:: (")TlilC Lan Stall'l VIII) Sta. 21~OO to Yorktown Intersection IM (1 . )OA ,'II'. PM (4) . 001\ Pavement Ma r k 'ng Standards lprmdn'~nt Piviment ~1, (kilid Detai: f ()L> !'cY: i q uppurt P03t HId Socket System Lnd f Reidel B"rricdde, T1.lffic S!'jn AssembIy/ nstal1.ation Details and TCP lOS3Wil, P,vfment M"'kir,, neta,i' ! c'p No~e .')< hZ, (CD) '9'1 Wurk Zore (hau", iZlng Uevices on FJ exible Supports HC(]) )) ~hru '3CI U) 1)3 H.l~ricariC' and Sign Standards raftl LglaiLZd1LO]; t'ldJI Cimarron Blvd./Bison Dr. raft.i.: i,g-ta:LZd,ioI PlilII Cimarron Blvd./Yorktown Blvd. r~lfii: Lq'ld! DeLli v;:' Lng Diagram Cimarrofl Blvd./Bison Dr. I a[l.: i,q.lai Det di \'i r Lng Diaqrarn C'imarTon Blvd./Yorktown Blvd. 'df'L' LC]ialLzdtlOI t.1L,.tllaneous Standard Uctails !,-1J\"C: 91) " Ida I'd !\r3srmb j " or Tr,:, f f l c Signal ~:upport Structures HJ\'C I;LNj'6 ;tanda'd ,\~ ,'mb!.y I I Traffic SIgnal Support Structures J'"LE 01, CONTENTS "AGF " DO' 6 ~7 MA ... D~ uO Traf fic S j gnal Support Structures CIP-mou Traffic Slgnal Head Mounting Detail SMA-100(2) --96 Sinqle Mast Arm Assembly (100 MPH Wind Zone) Traffic Signal Support Structures (Supplemental Detail) TS-FD-96 Traffic ~ignal Pole Foundation VIVDDS DetaIl Sheet SNS-YS Street Name Sign Detal Is (ILLumInated) LMr'\(l -01 thru LMA(3)-01 Traffic Signal Support Structures Pedestria~ Signal Details 81 SOli Dr School '",us Lane Plan '-i 1 , } ~ 4': 1 I 1 H GEOTECHNICAL REPORT NOTICE AGREEMERT PROPOSAL/DISCLOSURE STATEMENT PERFORMaNCE BOND PAYMENT BOND TABLE OF CONTENTS PNCE 6 OF " NOTICE TO BIDDERS NOTICE TO BIDDERS paled proposals, addressed to the City of Corpus Christi, Texas for: CIMARRON BOULEVARD PHASE 2- YORKTOWN TO BISON (MIRELES) consists of the nmplete removal :,f an exi sting roadway and construction of approximately 2884 ;',f ne'".' 1 lane prima y urban:oLlector street (50-ft. back-to-back of curbs) . h.:V1C rete :0 dewd Lks Cind ,ssociated pavement marking and signage mprovemr:nt.;; 3683 LF f :lew 18" to 60" reinforced concrete storm sewer pipes >liG inlets 142') LF,)f new ccncn~;e box culvert; 4688 LF of new 6", 8" and 12" watecJ Ines dnd. appur~endnce~.; 681 LF of new 8" and 10" PVC wastewater dvity i'les and fiberglas,; manholes; 3307 LF of new 12", 14" and 16" PVC ..d tewa.t',y forc:e mains and appurtenances; 5773 LF of new PVC electrical 'r,c.lUl L :ud handbo lec, dra Lnaqe ditch re-grading and earthwork; traffic naliz.jt [;)n impro'len'ents; and emporary traffic control; together with all q:'f'urt enan'ps . L dce rdanC':"w 1 t h the pLans, specifications and contract ument ',..: 1 be rE".:eived at : he office Wednesday, AprJ...l 26, 2006, and eived after closing time will .Jf the City Secretary until 2:00 then publicly opened and read. be returned unopened. p.m. on Any bid u pre'bi:j 'w ! 1 be C< Uepartment I, 12 1 meeting lS chedu ed for 10:00 a.m., Tuesday, April 11, 2006 and .nducted by the C 1 ty. The location of the meeting will be the ~f Englneeling Services Main Conference Room, Third Floor, City Leopard :;trf~et, Corpu'; Christi, TX. "id bond in the amount. of 5% of the highest amount bid must accompany each r ',oosa] Fa 11 UTe '0 provide the bid bond will constitute a non-responsive pluposal which will not be considered. Failure to provide required pe r formanc,: and paymer t bonds f.J1 contracts over $25,000.00 will result in f{)Ifeiture)f the 5;\ hid bond tc the City as liquidated damages. Bidder's I an dep:)si t 13 suojcct to mandatory forfeiture to the City if bidding ](),ument', 1 r-e n:)t n'tu cned t the City wi thin two weeks of receipt of bids. dDS, proposal forms, specificat.ions and contract documents may be procured An the C:lty Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) as ~ luarantee of theil return in qc)od condition within two weeks of bid date. unentan be (:.btained by mai upon receipt of an additional $10.00 which a non refundable postage/hand ing charge. The bidderLs hereby n,)tified that the owner has ascertained the wage rates whlCh prevaIl in the locality lD which this work is to be done and that such ,,,age sca i e l.S set out Ln the contract documents obtainable at the office of the City Engineer cind the rontractor shall pay not less than the wage rates so hewn for "ach::raft c t;pe of " Laborer".. "workman", or "mechanic" employed , h i~) f' r , lee t . rhe City (e~erves the I Lght t re ect any or all bids, to waive irregularities JlY1 to ac:ept the bid vd1ich, in the City's opinion, seems most advantageous to t r'~-2' Ci ty 3rHi in the be>-;t i nterE:'st of the l=>ublic.. lTY OF CORPUS CHRISTI, TEXAS Is/'Angel R. Escobar, P.E. Director of Engineering Services I~/ Armando Cbapa City Secretary ~;:!.~ ,:~ed7/5" no NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised September 2000 ^ Certltlcate of Insurance indicating proof of coverage ln che tollowing amounts IS required: -"--'-'"- _._..~._--,._._-_._---.._-_...._.__.__..- TYPE OF INSURANCE --.-------...---...-.-..---.-.------------.-.. ..--..---.. 30-Day Notice of Cancellation required on all certificates Cllmmercial General Liability including: 1 Commerc al Form 2 Premise:; - Operation:; 3 Explosion and Collapse Hazard 4 Onderground Hazard 5 ProducU;/Completed Operations Hazard 6 Contractual Insurance 7 Broad Form Property Jamage 8 Independent Cont ract .rs 9 Personal Injury MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage -------- $2,000,000 COMBINED SINGLE LIMIT _.__m_..____.._......____._.______._._ ___ ._____. ._._______ ~~ ___ ______..__..___ AUTOMOB r l,E L Ilill I L J TY DWNED, NON - OWNED OR f<.ENTED --~'--"'- ----"-"'- -',- '-'-- --- ~--~ .....-- - WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY! ENVIRONMENTAL IMPAIRMENT COVERAGE Not lImited to sudden & accidental dIscharge; to include lonej term envIronmental impact for the disposal of contaminants BUILDERS' RISK IN~n,{\LLATION FLOATER L_ _._-~-- $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED See Section B~6-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED NOTICE TO CONTRACTORS- A Page 1 of 2 · Tbt~ City of Corpus Christi must be named as an additional insured on Cill cr)verages except worker I s compensation liability coverage. . TIp' name of 'lIY'l J t. i onE'" the project must '[1 eai'h 'err :ficate be 1 i sted under )f insurance. "description of . Fo r each I n.'3U J ance coverage 1 the Contractor shall obtain an entcrsemc:nt r 0 the dppJ [cable insurance policy 1 signed by the LrL;Lrer, p OVi'tlnq the ('lty with thirty DO) days prior written not 1 C 0 E 'anc 'lld.t] on l) f or mat erial change on any coverage. Thc'ontcactur shall provide to the City the other endorsements tc 1 nsuran:e pc ! ic ieE or "overages which are specified in section B- of the ;ene [id F' y-)vi s ions or in t.he Special Provisions se t 1 :)TI ()f the :or;l 1'1.cl A 'ompletel "Disclosure of Interest" must be submitted with your pr' 'p'lsa 1 Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. NOTICE TO CONTRACTORS- A Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texl.':' law requi ces that most contractors, subcontractors, 'and or hers pro\! id i 11g wc,rk or SE'rv i e ,~s for a Ci ty bui Iding or construction !-,cu j ect must bE)Ver '~d by WOIKE-'r I s compensation insurance, authorized H~ f-insur~nce 0 an 2pprved worker's compensation coverage aq r eemenr Eve, 1 f Texas La,.; doe" n,c>' r'equire a contractor, subcontractor or ('[hers pertorminq prnject sennces (including deliveries to the job S l::e) to provide 1 of the I JciJ'ms of worker's compensation coverage, t -]<.=0 City wdl requi re such covi.'rage for all individuals providing work C' serViC/'S on thi, Pro t~ct: at any time, including during the m,n,ntenanc~ qundn1 y pe rLcel. Motor carriers which are required to T ,-"qlster w t th t he Texis Der'art mE-nt of Transportation under Texas Civil ~-atutes ArtLe'l~ 6675c. and which provide accidental insurance 'Ierage under TeXdS '::iV1J Sl Cil ute::.~ Article 6675c, Section 4 (j) need 11 prov de ] ()f the f CHins oj I worker I E3 compensat ion coverage. ThE ( 'nt I clet.)1 ,>l lree~:; r; "xas AdrrllnlE~trat i '/c'::ode ['it ttt dche j aneji'-:,emei L fie' tp I lJ e that lndel' ;;e< t ! .:m 11). 'mpl y w J t h al! applicable provisions of 28, See tlon 110.110, a copy of which t ed i llte' the pro j ect contract. Please 1.1. 1 'erLilll languagE nJ\J~,:1 be included in the Contractor's 'ontract Wl th tht.> C l t Y and L he Contractor I s contracts with ~ubc()nt t'det or:: lnr! lthers providing serVlces for the rojt~ct., 2. rhe ConI rdctur 1S required to submit to the City :ertLflcatE:S of covE'rage for its employees and for all subccm t ract.:Jrs and .:)t hers prov i ding services on the Proj ect _ The Contrac'tor 1 S n.>quired t.o obtain and submit updated erL f I C(j tE S show} Il( j extens ion of coverage during the rCI),-c:!, dJ 3 ['he ContI de tor 13 r pquired to post the required notice at [H:' ob ~; it", ' By :~i'Jnin(l thlS ContTcle!, che Contractor certifies that it will timely comply with thl.s Notice to Contract,ors "B" requirements. NOTICE TO CONTRACTORS- B (Revised 1/13/98) Page 1 of 7 8/7/98 ~~ ..;.:...:. e ~ ,-'.. (~ . I ~. I I' ; C, T ..R.. ; C I' 1 It e .!.S._ '1',_ L\..,"'-1 .:- 1 3rt II. TEXAS \YORKFRS' CO!\lP[~SA TION CO~lMISSI00 ('haprer 1 J O. REQLIRED NOTICES OF COVT~\GE ~ubchaprer B. E\1PLO)~R ""OTIers 110.110 Reooninz KeGulremenrs (or Building or Consrruction ProjecLS for GovernmenuJ L f1 tities {ill The foUowmg words and lerrn.s, when 'l..:sed in this rule. shall bve the foUowing meanings, unless the context c:e~ly inciicares ou~erwise Te~ not define:: in iliis rde shall have the me.aning de5.ned in the Texas Labor Code. :i so define:::. l) Certiiiu.:e of cove:--z.ge (C~::-:ii1Q.;;~ ;-- ::_ , ;.;oy or" a ce~..lIJ.c.:ue cr :.:::surwce, :l certmcate or aut.b.oriry ; oJ seu-insu;-e :ssued b? tne ccr.1!llissice., c;- a workers ccmpe:1S2.l1on coverage agreement (TWCC-81, 'WCe.S2. TWeC-33, or TWCe;)4). showmg SLaruwry workers' c:Jmpensauon insurance coverage 'or the persons or e"tirvJs e~lJloyees ~ inciuciing those suojec: to a coverage 2.g:reement) providing ,:fVlces on a Drojecl. ~:Jr the ciuration)ft::e project. (2) Buildim!: ''1 consu1Jc::cn.. ,{as: r:e :ne2Il:nQ: defined in L'1e 1 cx2..s L.::bor Code, S 406.096( e)(l), (3) ContT2c::or.A Derson bidding ror l)[ awarded a building or cO:1Struction project by a governmentz.! (",lOry. (4) Coverage-- \V orkers' comoensauoD mst::-znce meeting L'1e statutory requirements of the Texas aborCode, ~ 401.011(44) I. el) Coverage 3.g.reeme:1t-~ \l.Tiue~ :lsree:::.e:1t on form rwcc-o 1. form TWCC-S2, form T\VCC-S3. or fonn TWCC-S4, filed with the Texas Workers' Compeasation Commission which establishes a relationship between the panies for purposes of the Texas Workers' Compensation Act, pursuant to the Texas L2.bor Code, Chapter 406, Subchapters F and G, as one of employer/employee and estab6shes who will be responsible for providing workers' compe~tion coverage for persons providing services 00 the project.. (6) Duration or' the proJeCl-Licludes ~ne ~L.':le from the beginning of woric on the project until tl:e ''''ori< on the :xojecr hz.s b<>e:1 c:ompie~(~:i :::-:;i 2.ccepte:i ov the gClvemmemal entity- \ i) Person:: [[CV1omg se:......lce; on the DroJe::: \'SUbCCfl112CWf' :;: ~ ~06.096 of the Act)-\Vith ilie exceotJon lJ!- Dersons excltcceci under subsections (h) and (i) of this section., induces all persons or entIties peforming all or p2I1 of the services the contracror has undenaken to perform on the projeC'~ regardless 01 "Nhether m:H pc: son cor:uace~ directly \",itn the contractor and regardless ofwherher th2.t person h:lS emDiovces Ti:is indudes DU 1S not limited to mdeCJe~cent contractors. subcontractors. !easmg com~2.n.ies,' m~tor earners, Dwneroocrators, employees of my such entiry, or employees of o:!1V emirv fu;;;.isrung persens) penorm'>c: vICes on The project "5erY1ces" includes but is not li..."1ited :U !!-....'.vwc st.::re::c lcJLlc/3/II/! ;,;8/1 1 10 hen! ;JOlIeE TO CONTRACTORS Revised 1/13/98) Page 2 0 f 1 8/7/98 Page 2 c:- ;) ) r' . :~unL Q Q~ ~';e:lng ec:ul~);::e:1~ cr ;::2::~::iS. cr ::;r::;viciing labor, :l~'spc;::!.::CQ or oth~:- ::. .0 ~ ;:;role~: '~~:VlC~s' (::::es not L:-.':'::';::~ 2C11'.:::e:: Clo.:eiated [Q the proje~:. :o:.:ch as ~..: ;COlaors, c':;: ::;e SUDP1Y de!i\enes. <=-:'.: c~!iverY of ::;o[Lzole toilers. } ~ r~ ~ _11..-1 '3) Prc'e::' ~-,c:udes uw cr",lSlOn )f;ill SC:Ylces rC>:2:ec :0 a ct;iic:.ng or construC"jon C0::~2ct for a }\ '~:e"~ '.'~r;tv /0) Prc'/io.r:3 0;- causmg to ,;e proV1oed a certificz:e o{ coverage ;:ursuant to this rule is a eprese::C2:=.::: DV the insurei :hat all employees cf :.he UlSured wno are pro'\;ding services cn the ,JroJec: 2~~: :::;',ered bv worKers' compensatlOn cover2.ge, iliat the coverage is based on Droner eponinc ,); c;assmcauon cxies ana payroll amour.:s, c.nd that ail coverage agreements 'b~~e been filed ,vith L~e a:::ropnate msuraricec.arrier or, ill the c.lSC c=' a seif-insured, with the comrnissioI}'s Division )f Self-L.s..i;-~ce Reguiatio,'-. ~roviding :alse or rnisiezding ce~cates of coverage, or failing to DroVlde Of , .WHam reqUire;: coverage, or failing to [cyan any c:-.znge that materially aifec-.s the !iO\/lsiou or wverage may ;;~Dject the comractor or other person providing services on the project to idminis,;,,:\'e renalries, c:ir.:llnzl penalties civil pezities, or owe:- civil actions. c) A gove:-:-_-::e:u3.1 emuv 1; 2.! enters into a buildi.-:? or construc-..:oo contract on a proje~ s::all: : ) iJ1cll..:ne u: L'1C bid spec:ffi::~tioflS, all the provisior.s or p3Ia~z;;i (7) of this subsectic~ csing the anguage re::;uired by raragr zpo (7) of this subsec:lcr~, ) as DrlIt );' ,-~e contraCt., 1.; sing the language requlIed by paragyc.pn (7) of this subsec:ion, require the !OtI2C: , r perform 2S rel1rred in 5ubsectlon (d) or this section; 1) obtzm; ;n the contrac: Jr a ceruiicate of coverage for each pe:-son providing services on the DrojeC!. ;enD! 10 that per~,on begillning work on the project; (4) obtam uem the cont:-ac:cr a new certificate of coverage showing extension of coverage: \) befo! e 'f:e end of the C',:re:1t ,.-Overage period, if ~~e contrac:or's carrent certifiC3.te of coverage haws thet :te coverage pc;: ad ends during the duraucn of the project: Jnd (B) no i2,Ier ::-.2.Il seven days ?-1"1:er the expiration or rbe coverage ~or e3.ch other person providing <ervices on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain cef!iiicares of coverage on file for the duration of the project and for three years L'le.eafter, (6) provlGe :: :::Jpy of the ce;ulcares of coverage to the commission upon request and 10 any person 'ntltk'~' ,'cn uy law Jnd 7) use t:lt L'-',~Jage (cntam~i in the followmg Figure i for bid specmcations and contr2C:S. ',>,-ithom d..ny addit;on2.! words or cnanges, except those required to aCCOIT'm002.te the specific docur.1ent in NhJch th~~\' ;" '~comameC Jr : 0 impose stricter standards of docl.;::1e,nation: 128$110 !;){c)(7) U:' /1'1.'..;,,,-'. " ,S,2.retx US/12C"S/II!! In/B!J lU 110htlTj ~OTICL TO CONTRACTC~S - 3 Revi5ed 1/13/98) i'dqe J ot 7 817/98 r', ' /.. .-.. Page J of 6 ) A ccmractor snz.:...., : ) provIde coverage ror its employees ~ro...;ciing services on a project, f:;:- u~e duration of the proje~~ 2Sed on prope; reponing of cl2..Ss;:::c::.::on codes md p:'-;.Tcii amounts ~-:c i:::::g or any coverag~ ~eement' :-:) proVIde a certificate of coverage s;,oWTng workers' compensation coverage to the governmental ~::tity poor to begi.nni--:g work: on :.'-:e ;:iOJecr; :>) provide the govemmenta! emir:;, ;;ior to the end of the coverage pencdo ~ new certificate of :::::>verage showing eXlension of ccverage, if the coverage period shown or. :he contractors current eruncate of coverage ends during t::e duration of the projeCt:; ~) obtain from each person pro...;ciing services on a project., and provide te t~e governmental entity: A) a certificate of ccverage. prior to that person beginning work on the ~rojecr. so the governmental ~~tity Wlll have on file certificates 0:0 coverage showing coverage for all pe~ons providing services on ::e proJect, 3110 13) no later than seven day:; after receIpt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during ,be duration of the project; (5) retaln all requrred certificates of coverage on file for the duration of the project and for one year thereafter: (6) notify the governmental entity in \vming by certified mail or personal delivery, within ten days after rhe contractor knew or should have ir.nown, of any change that materially aiIeets the provision of c.overage of any person providing services on the project; (7) post a notice on each project sir~ informing all persons providing servic~s on the project that they ~e required to be covered, and stating how a person may verify current ~verzge and report failure to provide coverage. This notice does not satisfy other posting requirements ffilposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common :0 the worker population. The text for the notices shall be the following text provided by the commission on the sample notice. 'Mthout any additional words or changes: REQUIRED WORKERS' COMPE!'-ISA nON COVERAGE 'The law requires that each person working on this site or providing services related to this ::onstrucrion project must be covered by workers' compc:15ation iIlS\llanc~. T:-is includes persons oroviding, hauling, or delivering equipment or materials. or providing labor or transportation or other ,efVlce 1 elated to the project, regardless of the identity of their employer or slams as an employee. H 'Call the Texas Workers' CJmper..sauon Commission at 512-440-3789 to re::e:ve information on the egal requiremenr for coverage, to veriiY whether your employer has provided the required coverage, :r to report an emploverJs failure to prcV1de coverage" :::tp:flvv'vrv-I ,>os.stale. ::xu:JtacJ28fIJJl I Offill] O. llO.html NOTICE ~~ CONTRACTORS - R Rev1.sed 1/13/98) ?age 4 at 7 8n/98 t'age 4 or b ",<I ( ~. '?c''''''' ilv re""'''''. A') ,-., ~er<"" \V1' n 'c,';" or.: .. cantr""- ~ . ~ _r~";G'e ser\'1'c"s C- ., ""o,ieet to' J} '~__J..'-~ _ _,,~~ _ ~....._ __ _.....J. ~ a ...'-'... ~ .. l~ .~... (;0.\"........ "'...... :-"~ -... . - ...... _:-0. J ~ .....) Dro'vloe coverage 02.Se:1 on DrOLler re~or~g of classmcauon cvces and payroii ar::oums and filing ,- ill werzge agree;-:'e:::c; lor 2.~ )fi:s e:r.oic\"ees orovicii.,,~ se:-',1ces en tue projec:. for the duration t' the ~)~o.1e(..,; :B) pro\.loe a certiEC2~e c: :::average to the conr:2.ctor prior to iliat oe;son beginl1i..~g 'xork on the proJe~ Ie) i.ncluce in ill CODtr2.C:S to pro\;de se:-Y1ces c~ the proJec: ~h.e iar.guage in subsec-.icn (e)(3) ofthis seetlon CD) provlce the cont.r2.c~c;. prior ~c the end of u~e coverage pe~oci, a new cenific;?:e of coverage showing extension of cave;age, U the coverage period shown on the current certiiica.e of coverage ends dt.:.ring the duration or- the proJect. (E) obtain from each othe 8erson '.vim whom :: canrrac:s, wd p~ovide to the con.rac:or: (i) a ce:uncate of coverage, prior w tbe other ~e"son begm.";:lg worK on the proje~; ::"'1d (ii) prior 10 the end of the :.:;overage period, a lleW certificare of coverage showing exte~ion of the covercge perio~ if the coverage period sho'W11 on the curre::t ce:-rmcate of cover2.ge eads during the duration oi the projecr, (F) retlun a.11 required ce~incates or coverage en file for the duration or me project a::d for one year therci,eI (G) notify the governmer.tzl entiry Ul writing by cenified mail or personal delivery, v.'ithin ten days after the person knew or should have known. or any change that materially a.ttecrs :he provision of ~veraQe of any person providing services on the proj~ and (Ii) conrracrually reqwre ~ch other person mth whom it C0mnc:s, to perform as required by subpar2.graphs (A)-{H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing sernces. (e) A person providing services on a project. other than a conrractor. shall: (1) provide coverage for its employees providing services on a project. for the duration of the project based on Draper reponing of classmC3tion codes and payroll amounts and filing of any coverage agree::~e:;:<" (2) provicJe a certificate or coverage as require:i by its contrac~ to provide services ell the project. prior to beginning work on [he project: (3) have tne following language in its contract to provide services on the project: "Sy signing this comrac ur providing or uusing to be provided a certificate of coverage. the person signing this :ontr2.C~ IS representing to the governmental entity that all employees of the person signing this .:on[fi:~ ",ho will provide services on the projet:t will be covered by workers' compensation coverage ,.ttp/\;. 'lV.. sosstate.tx usllacJ28!IIJl1 O/BIlIO.ll 0 html NOTICE TO CONTRAC70RS - B Revised 1/~J/981 Page 5 c t 7 817/98 t'age.) or 0 -' ',~l L,',:: cc:;-atJon of L,-'~ orOlect. :hLlt the cc'.'er2.2e will be :;~ed on proper reponing of classification oae~ wa oavroU 2:.:0~nt~, and that ail c...c\"e:-age agree::1e:::s '.viil be filed with the appropriate ,C'<w~,~c~ ;'OTn' "'f Of . th,. r-'''e ofa self-ir.sered Vlith tl::e cCHmnission's Division of Self-Insurance \i.....; --......... --..I.. ..... .,.....' y ~ .~ Relrl.:!2.Uon. Proviciimz false or misleading i..-.:orwation may subject the contractor to administrative Ge;;2ities, criminal re;alties, civli penalties. cr other civil ac.:ons. ~ ) provide the person for whom it is provialng services on the project, prior to the end of the ,overage period shown on its current cerci~te of coverage, a new cenificate showing extension of :overage. if the CQve!'age period shown on :he cenificate of coverage ends during the duration of the prOle::::; 5) obtain from eacn ~erson prcviding serv1ces on a projec: under contract to it. and provide as requlfeO by ItS contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) poorto the end of the coverage penod, a new certiiicate of coverage showing extension of the coverage period, if the coverage period shown on the currem certificate of coverage ends during the dtrrZuon ofrhe proj~-.; (6) retain all required certificates of coverage on file for the duration of the project and for one YeM thereafter, (7) notify the govern:nemal enury in writing by certified mail or personal delivery, ofany change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractUally require each other person '-"11th whom it conrracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~:nems for all of its e::lployees providing services on the projeCt, for the duration of the project; (B) provide a certificate of coverage to It prior to that other person beginning work on the project; (C) include in all conrracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage pe:iod shown on the current certificate of coveraEe ends during the duration CI the project; - (E) ootain from eacn other person under c~:1tfact to it to provide services on the project, and provide as required by its contract (I) a certificate of coverage, prior to the other person begmning work on the project; and (it) pnor to the e~d of the coverage period, a new certificate of coverage showing extension of the coverage penod, If the coverage period shown on the current certificate of coverage ends during the httpl/www 50s,state:x usltacl28;1I/l IOIBIl 10 I IO.html NOTICE TO CONTRACTORS - B Rev:Lsed 1/13/98) paqe 6 of '7 8/7/98 ll. Page 6 of6 jurauor: CI ':le COOL--ac: T) reram 2.d recurrea ce;..:::~:es oi GQverage co rue for the duration of ~he project and for one year ; herea.fte;; (G) noury we governme::t:L e:::Jty m wriung by cemned mail or pe::son.ai delivery, within ten days after the pesoD lcnew or should have known, of any change that mate:-iaily affectS the provision of :'overage of any person providing services 00 the project~ and (H) conrrac:ually require e2.ch pe::soD with whom it contracts, to perfcrm as required by this mbparagrapn and subparagraphs (AHG) of this paragraph. with the ce:-ti.iicate of coverage to be provided to the person for '.vhom they are providing services. (f) If any provision of this ruie or its application to any person or cJc.;:nstance is held invalid. the Ulvalidity does oat affect other provisions or applications of this rule that can be given effect without the invalid provision or applica.ion. and to this end the provisions or this rule are declared to be severable. (g) This f111e is applicable for building or consuucUon conuacts adve::'"ised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contractS entered into on or after September 1, L994, which are not required by law to be advertised for bid (h) The coverage requirexent 1.'1 this rule does not apply to motor car.ie::s who are required pursuant to Texas Civil Stanltes, Article 6675c, to register with the Texas Department ofTransportarion and who proYlde accidental insurance coverage pursuant to Texas Civil Statutes. Article 6675c, 9 40). (i) The coverage requirement in this rule does not apply to sole proprietors. partners, and corporate officers who meet the requirementS of the Act, 9 406.097(c). and who are explicitly excluded from coverage in accordance with the Act, S 406.091(a) (as added by House Bill 1089. 74th Legislature, 1995, S 1.20). TIlls subsec.ion applies only to sole proprietors. partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delive:y or renewed on or after January 1 1996. . - ' Source: The provisions of this S 110.110 adopted to be effective September 1.1994,19 TexReg 5715; amended to be effective November 6, 1995.20 TexReg 8609. Return to Section Index hnp:l!W',)JW 50S. state tx usit;lC.i281llJ 11 O/BIl l 0.110 html NOTIC~ =0 CONTRACTORS - B Revi3ed 1/13/981 Paqe 7 of 7 8n/98 PART A SPECIAL PROVISIONS ClMARRON BOULEVARI) PHASE 2 YORKTOWN TO BISON (MIRELES) (#6262) SECTION A SPECIAL PROVISIONS A- 1 Time and Place of ~eceivi~~!:oposals/Pre-Bid Meeting Led p1 r a"" 1.1 L" u-( el veu cant tmity W1 th j he official advertisement j !:.irlC] 1'; )[ the ('n ,ec p[('j)c' als w] Ii be receiveu in the office of the' City !E;tary ,lcal"d Jf ti,e llf t Jr oj "Jty Ha.ll, 1:'01 Leopard Street, ~ ~:OO p.m" Wednesday, ~ril _26, 200,!> Proposa1s malted should be addressed in the 1 ')winq mlnnCI ('It 1['1 nf 5t ( , it,. f- t d 1 (.' f I 1.201 ..copaId tree Cor u Christl, fe as 84)1 ATTN: BID PROPOSAL - ClMARRON BOULEVARD PHASE 2- YORKTOWN TO BISON (MIRELES) I f ~ -b I (1 'Tlt " , Iq " I 1 bt- meet] '.J 01 l 1 'I \,, 'nE ~ , y fla J 1 2 ( uss i 01 t '1 E c held )!1Tuesday, April 11, 2006, beginning at 10:00 a.m. at 'hi Eflqi:1eering Services Main Conference Room, Third ,eof"ell' St ,.,'t, "'JlpUS Christi, TX, and will include a e -..rn,. \Ii f requested, a site visit will follow. Jddl ti I'l., i c Ef'ardt, VI 11.1[ J 11 will be conducted by the City. A-2 Def.1n.1tions and Abbreviatlons ."~-_.~_.._-----~---_.- on B t }).~ l'.~rlC\ r FiO'! d.'H, will quvt'rn A 3 Descr.1ption~_~~ect ( f:'1ARRON l~()ULE:Vl\RD i HJI.SE 2 '(ORKT('WN ,0 BI:;UN (MIRELES) consists of the complete '~m()val 0 111 i'X 151 Ii,! [lad'",c,y .In j )ns1. IUl:! ion of approximately 2884 LF of new " laoe primary lJrbar. (' rllpct"r t r"fT (50-ft _ back-to-back of curbs) with concrete ,'Iewalks H,d a~;S.)Cl It.'d pavpmer,t lObi king and signage improvements; 3683 LF of new "q ro 60" ['lofe1C., ,on. rete' ~;t()fm .';ewer pipes and inlets; 1425 LF of new concrete lq., "ulver16pH I'!, n Ii 'w'3" ,I-JJ 12" PVC waterlines and appurtenances; 681 LF ew [J" ,r, J lIi" p',"-;a ewater q ty lines and fiberglass manholes; 3307 LF of ]2", .1" 'lnd tE" 1'\1C ".Jastew"ter tHce maIllS dnd appu[.tenances; 5773 LF of new ! plect (nd U'iid ha:lJhcl drainage eJitch re-grading and earthwork; t, .,' fic 51 ,n (i;.'at impl :>velOent c, nd temporary traffic control; together with all tena! ( :r" orda,ce wit') tr,.' ,-,lans, specjfications and contract documents. A-4 Method of Award 1 'Ie hids w I .'. . . Hlds b,. (Vil'} rp., baJ'd )f] rl Total Base Bid, subject to the availability T'\!" t ity ] 1 'cept 'te he~. Si'rVf-.ls t t! h, lJ} j ",h 1 :r. r t r E- .c: t lq't F 't I U". 1 t) t Ie f.ub! I any 01 all bids, to waive irregularities and ")pinu>!l, l~ most advantageous to the City and A-5 Items to b~Submitted with Prop?sal T .,1] '.'1,,; 'I.' '1' C [( ...r. '::r~1 t EC'J t submll ted With the proposal: 1 506 f'.l(j UOlld {!-Iu Ie f > r Pi CP ClMARRON BOULEVARD PHASE 2- YORKTOWN TO BrSON (MIRELES) h?r:1 le'(: ~Ii r t, ropo:;" (A C..I I 1 (~ I :0 rl\.~C k , 01 N, , -,nd B..-, n k \-J I :er 11 f, \-'d h>ck, money order or !lank draft from any State ;,reptdbic. 01 ,.;c If-' ) L ,> r {- t c; 1! 1:-'1:'> Section A - SP (Revised 12/15/04) A-6 Time of Completion/Liquidated Damages 'T11n~mj oE LnCO:1v",ni'"[1< e to the qeneral public and to 'T1inimize their exposure to );'Jerou,' ,)rld] ti on~', thf Contcleteoc 'Nill be required to follow tight scheduling for strue1 ; ( and iN 1 be requi red tc meet deadlines for ,'ompletion of each phase of l;~trucl shown c'elo'", The ,)[oJ",:t has been divided ::lto phases and stages. The tract' is r equ 1 .ed t cumpl EitE' f deh phase oetore proceeding to any other pt:tase, i less w 11 "en ciurhOllZ ,tio); S 'liven by the City Engineer to deviate from the .'quence constr jct to T1Fle c!:.lratiofl for construction is allocated for each ,h.-,se, al'j 1 f the HOi k n tha F,ha~.e is not complete dS shown below, liquidated ,wHge,. h be s, eel for ea -h j I that' 'ie' work LS II,': completed. Time duration each ,-,I Joe 1; l! t r lnsf'~rdbl -l we r k '1C; time t 'onple'iC'i ne entire Project will be 336 calendar days. ',i< h Pha:', Hld abS' luted stage; of he Project shall be completed within the number calendar days or dates allocated below, Detailed descriptions of the stages are vided Jr, the ~olltr3ct drdwJJiqs d i,ndlcaLed below: From Day one* Phase A Bear Creek Ditch Improvements Stage 1 - '-:ons':ru't Btar n,,'k D.'ch Improvements See Sh,'e 9/)1 35 Calendar Days '!3tart of the phase is delineated by the Notice to Proceed. ~ed on satisfactory work, completed in accordance with the ! (. iflc",ns, in I ,,'he r cI,nt de! jucument s ,-HId accepted by Completion plans, the City. shall be From Start of Each Phase* Phase B - Intersection of Yorktown & Cimarron 165 Calendar Days Stage II - Construct Detou] Road, Detour Wldening, Hox CuJ'lerts and Electrical CondUits (See Sheet 94) Stage III - Construct SE portlotl of Cimarlon/Yorktown Intersection (See Sheet 44) Stage IV - Construct SW portioll of Cimarron/Yorktown Intersection (See Sheet 'J4) staqe V- Construct NW port ion of Cimarron/Yorktown Intersection and Construct East Section of Cimarron Blvd. to ';tL 30+84 62 (See Sheet. 'H) Stage VI - Construct NE port.i)!I)f Cimarron/YorktowIi Intersection and Construct West SectIon of Cimarron Blvd. to :~td,)O+84,62 (See Sheet 'Jtj, Phase C - Cimarron Boulevard Improvements 136 Calendar Days Stage VII - Construct East port lon of Cimarron Boulevard from Rison Drive to Sta, 2J~4j.90(See Sheet 94) Stage VIII - C'Jr\st'rll:t Cimarr')[J Boulevard from Sta. 1 tOO to Hi;on DrivE~ "1.1]) wldth, Htd Construct West pOlt i'Hl of Cimdr[O" Bou]E'vard from Bison Drive to Std 23-+47 90 {See Sheet 94; Stage IX - P ace final l,," of HMACP (Type 0) Surface Course; Place permanent Pavement Markings and Raised Pavement Markers; Pro,lpct Close-"ollt 'Star~ of the phase is delineated by the setting up of Traffic Control devices and first day of traffic diversion. Completion shall be bCJsed on satisfactory werk, c'mpleted il\ accordance t-dth the' pledl", specifications, and other contract documents 1<'J aeeeI" ed by : tv' t\ Section A - SP (Rpv;~~n 1?/l~/n~\ Phase D - Improvement across Mireles School Property {All work must be completed between June 1 and July 31, 2006) ALl ;,t un War:er wurk from ~;TA {)f/7. 5 (Baseline 'C") to tee in at Bpar Creek Ditch '<;',e Sheets 62 & 63) Bisor .Ive )c'r)Oi [us Lan, (-:;,',_. Sheet 14q) \ t.r c(:.nt ~s delineated by the Notice to Proceed. Completion shall be based ry wHk, 'on,ple'ed in 1 r'ordance with the plans, specifications, and jc).'U1'.c>[1' S lT1d-t<_ ep-,,,j by th( lty Days Allocation for Rain ~!t 'onLr, ie te rmJ iefinec, 'v ices E:nsian ( '.' eeded 'I tidl dlt 'lpate t h, llloWlflq Lumber of work days lost due to rain I "1 thE ,nl rd' t sche<i1l1- "Id for <'etCh .stage of the contract. A rain day ar Y r]",!, l n whilh I ile drnnunt oi lain measured by the National Weather rhe P:Jw('r'jtteet :;\"nnwat r Pump Station lS 0.50 inch or greater. No time wlll lle cons idl,n...J Jllti1 the (expected number of rain days has been iHl t.h~o "=nq Ln,,'el ha:; ClureHl that the status of "onstruction was such that lr lmf!d~t :let rt'nenraJ to 1 :le const ruction schedule. was l Ilia ry !d Y' ''1" Dayc; ';eptember 7 Days j r arv i.IY Jl1 Da y c~ October 4 Days Hl 'dY: Ti) y Days November 3 Days n 'ay: i\ 1 j 1 U~' Days December 3 Days pI f_> J L : II t 1 d 1 Y , !' a:,) , , 1 1 , d '0 l' wtlf fP II t 1m' L ( t ('CI I 'd , bt , [ ibed Ii \IE' (,n it 1 lctiO!1 ill lItra!'t , lPL,,',ienl ,untrae! for d period of 336 Calendar ducuments Damages for exceeding the 'lamaqe:; a.ssessed for each phase, as j'4 neer" r ,hil e t 1(,1[ pi il 'Pi'] lfnnH.? n c~ \v' ) r" k I b,e [)j re t u] ";lthin ten (10) Enq I rl\~f' r i nq calendar days after receipt of Services or designee ("City '" Cont r" '1 v. ten t I, ",ach "I odal 'j'l ,hat CHIY WutK'"malns llif,lomplete after the time specified in tl' Cont r I',' fi,r cc>mp let ion ut tllE work for each phase and the total contract duration, '1 ,1ft (c,r ,;liel 1. me per ud d extended pursuant tu other provisions of this ( ;rd lact, $400.00 per calendar daywili be dssessed aqainst the Contractor as [Ii idated c'.'lmaqp'; .s,id liquidated '!amages dU, not imposed as a penalty but as an lmate ,- the dima,}e Ihat UH Cil i will ustain from delay in completion of the v. k, whit h jamaql's by th~ir IldtUU dIe not 'dpable of precise proof. The Director Engin{"I;nq E,er i"c5 (CiLy Etlqllleer) mdY withhold and deduct from monies .'Ie [wise !tv' the tl a" or from the monthly pay estimate the amount of liquidated <.ll!Tktges dl j) thr' i~tt'} A--] Workers Compensation Insurance Coverage the C,.;,ttdctu wuriers' omper:<dtion insurance coverage for its employees \-i)[ ',lng 01 he Pr oJ"cl tc'rml natE,d c)r canceled for any reason, and replacement Irllrkers')j11pen~'a'::l'n In~ uranc:e "OJP ~ge meetlng the requirements of this Contract :.t j n f I"et lf1 h. '. t fee! i ','( lat ( of,ance llation of the workers' compensation I arll'e :,J Lt'j Ie repl.ICf'd, non any i:'Hltractor employee not covered by the 'Iiil reel 'J kYl '10[.' n It I '11 ii:" I Pice' ver,'Hje must net perform any work on the ct [1 5t dl I 1. I ) Co'' I , I ) I ee t rl E I " mp f~ I:f , I : I ilermor', fnr (-!o:tl !. denddr dd includIng dfld after the effective date of nllnat IC,II r con '(,I at on ()j trv' i'ontrdclor' s worker,' I compensation insurance ",Trage to: its ":lIpioy,'es 'dc.,kiclq on the Project until the date replacement Vi r kers' (,_.mpensdt IUt ; :ls!iranCe 'UV':' ldqe, meet I nq the requ Lrements of this Contract, tff fe t h "_"',nI1 .jet' r "Plpioyee", ] l.quidated damages will be assessed ["nr.dct l. It the nlJhe! dally ("te elsewhere specified in {U ,L;t ,.1 !.-lm-;'l" 'wi 11 ,w, :,muLl1e \oJ:' hout notice from the City ,Jr,'; .,il! t ,.15,;" 'I l1:d i"nd .ven if the permitted time ',j, Section A - SP (Revised 12/15/04) jCCOC:ldI rrnit sur)( wltL "ntt ,,-':t 'he PIOJ': 1(; 'Jmenl aT rkinq c uired Enq f~' ,- ::Jttle, requIrements of thJS Contract, the Contractor shall not rs or other~ to work on the Project unless all such individuals ct dIe covered hy workers' ~ompensation insurance and unless the on c such UVer'lge hilS heen provided to the Contractor and the A-B Faxed Proposals , ! pOSed, 'it cont 11 ! lOr: P l~eu til nT' ly Or Iq1ndJ 5J If U,." ,;Ct PI to t hE: ~ Inat urES ,1 PrO'cIS t, '- i' '1 [;(1 'Nill be (onsLdefE'd non-responsive. Proposals guaranty Clnd be submitted in accordance with , t, A-9 Acknowl.edgment of Addenda the Contract or shall ackLowledg'" rel:e lpt at all addenda received in the appropriate [L:e provlded in the pt'oposal Failure to do so wi] 1 be interpreted as non- "":elpt. ~,lnce addenda can have qnificant impact on the proposal, failure to , knowledge receipt., and a subsequent interpretation of non-receipt, could have an ,j\!'?rse Fff it when dete minim] UP !c,west cespon ible blCider. A-IO Wage Rates (Pev 1 sed 7/ ') / OJ i ,clbor pretelt:nce ann case 0 cnflict wage rates (on'ractor fer '>hd I 'onstruction Type(s) Heavy Highway and Heavy. use hlqher \"age rat'e. HUl ~mumJ:.le..va il~~_t1g.W~g~",calEc's "'IE' Corpu: Cht'ist ,tv C ,uncIl 'Las i,'terminHi i tle qenerai prevailing minimum hourly h:lq" rate r Nueces COllnty, T.~xa~; lS set out in Part C The Contractor and any ,; Ibcontrac[c'r must no! f.dY less t har, the specifIed wag'? rates to all laborers, \0>.1 t kmen ,lnd mechan C5 cmp1oyeo by them In t, hE' (>xecut J on of the Contract. The C, ttractol 'I subcontLlct':Jr sha' L f"l feit ~3ixty do11drs i$60.00) per calendar day, porti or thereof, 1'0 ( F'1Ch 1 aborer, workmcJn, ur mechanic employed, if such person paid less than the specified rates for the classlficati()n of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and dssificaLJons of all laborers, t-iorkmen, and mechanics employed by them in c >l;npctior With the PC)jc':t and 5howlng the dctual wages paid to each worker. ']1:;' Contr.,cror will rnak,~ bl-weekly certllJeci payroll submittals to the City Fnqineer. The Contractor will tls=, ubtain cop es of such certified payrolls from 2 subcont [dctors dnd others working on the PUlJect, These documents will also be submitted tc the C. t1' E 19ineer bi weekly. iSee sect.iun for Minority/Minority P'loilness F:rlt"f'prise Parti ipatior] f'oll;::Y tor addltiona] requirements concerning the F (per to!'p Hld ('llnt"n thp ["yr submittals 0", ,ind oI",-nall (1\..;' times the s[Y'lfied hourly wage must be paid for all hours WI. r ked in ,x;,:ess of 40 hours in lny ,)llf> week dncl for all hours worked on Sundays or h'lidays. (':;ee Section R l-l,,_"Deflliltion of Terms", and Section B-7-6, "Working Hc'urs" . A-I! Cooperation wi.th Public Agencies (Rev: Cleo 7/"/(0) Tne ;:ootra. t( r shall coop' raLe Winl ,r publl(' ,md prlvatc agencies with facilities OPi.:'I;"ting"llhin the 11mi s cf the Fr ject The CIHltractor shall provide a forty- e qht (48) hour notice to my dPf'll~clbie agency when work 15 anticipated to proceed i Lhe vie Ul L ty of any f 1Ci 1 i ty by using the Texas One~Call System DIG TESS at 1300-344-d3!" the Lone Star NotIfication Company at 1-800-669-8344, and the S,'uthwestern Bell Locate Group at L~800-344-7)Jl ~)r the ~ontractor's convenience, tL.:-) followJnq telephone numbers lre ted: City En<jIneer Proj'.'cl Engineer AlE Fr, Jeer Enqint'el H"n Hd 'JF- r i r' k Enq i ne, [ 1 rJ'J . Q ,r u/O l~OO )')00 H !, ;UZ,lidl P. rlC 'l J 311') L1X; 289-0712 Section A - SP (Revised 12/1~/04\ l ~:E S'<L'll "~O< Df<par'mer ['rd t t LEn'} i r,:ce E'ol c " Depdrtment Water Uepartmen' Wa,.-i_E---'wdtf-~r Si=";:VtCf '-') Dr"oar tm'~r <;a' [,f~pa: !loe ,~~t ~'n Wat ;<>p.-1It :-nen F'a,' "h? 'tit 01 Del "t! ille i1 c, 0 ~-v a '~ L'~' t 1 ( . ~ s I\/lh- '.HI r: le r 1 C Powe (l. !If~ E' ) (SBCi d~/-j940 826-3540 882-1911 857-1880 8~/ J813 885-6900 85/ 1881 >3 ) 6 -14 6 1 857-1970 299-4833 (693-9444 after hours) 881 2511 (]-800-824-4424 after hours) 851-1946 857-1960 851-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 8Ll 1124 (Pager 888-204-l679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972 /7<) 3, 4 ]<)5 (826-3140 (826-3140 (885-6900 (826-3140 after after after after hour s) hours) hours} hours) SOi,1 t~weSle n SiCfldl/Flb!?r ie [1 'lp' i { rell,ph, ne [,O!'dt, :,:ab,E <liS!O.1 AC ( F'i be C 'pt C! KM( (C"ibE'l'Or'l) ~h( i C .:-<_~om (F t':Je L Cpt i ,:AI",C,,:K Fib" [ lpl LC) 3rt r; Fib'?r 'Jp' i, (MAN) A-12 Maintenance of Services 'rf Contl<J< 1.01 rli) ta',e "ii [)re( utians In protecting existing utilities, both ,t ve ann b,iow 'lrUllnd. ThE' Dr3wlnq", show as much information as can be reasonably tained trom ex~stlnq a -bUIlt dldwings, base maps, utility records, etc. and from :; much f le Lei w()rk is no mall y deemed necessary for the construction of this type of ,le,jeet ''';1 h leqdrd to thE ],,,:at on and nature of underground utilities, etc. Hc,wever, t he aCClHd~y and,_comEl.(,ter~c~'.s of such information is not guaranteed. It is it Cont d tor', Ic,' md co:npletE responsibility to locate such'tindeiqround .(ures uili, unllY In ;1dv'lnc, of h1s operations to preclude damaging the existing ,( i Ii t l' I r hE' i' Jnt rat 1")1 ,n ")]nteL, lIt i it Y servi ces along the line of this '<,'~ 'II'''' 0'1 ,1; Y '(, <I, ntdl,) 'he selVLces In continuous operation at 'Jwn '~r ."\ '~lSt- he eV.'l; oj iarl),jlj" r ) unde I qr'Jliild ut i 111 I es, whether shown or not shown in the winqs r lH' flt)-j( tUI shell :n'ik" the necessary repairs to place the utilities ,K If, I J t(p t ( ns rue t ']', wr r k as intended at no increase in the Contract Le. f' iU' h r'pd c mu t ',n ( rn to t he I equ i rement s of the company or agency o'w'n,' t n ;,'liflE"re eX}';l Lng sewer a,e "'TlC!;lllt',red and are interfered with (i.e. broken, cut, ), fj)w must h( rnal'ltalnC(1 Sewage or other liquid must be handled by the ,ntract( dher "<\1 connecticn intc) other sewers or by temporary pumping to a tlsfacr out.!" IJ wi'h he .approval ,,)f the City Engineer. Sewage or other ; quid mu 'lot he f,urnpc If lrc'l] '~d 'H f lumed uver t.he streets or ground surface, and t,c' Conti de t,H must PdY or d f r+'; and remediation that may result if sewage or ther liquH.l conta,rs U'." sl r('! IS () ground surface. 11 IS also the Contractor's ,','sponsib; j!ty L) make ,111 neCt's.<;dry repaIrs, relocations and adjustments to the "t Lsfact (>" at '.he C ty Encllneer "'t no increase In the Contract price. Materials repa} ad I IS me ts or r F 11 1 lltlS of :,('wer service lines must be provided by ,'.' ContI ,( t r A,-13 Area Access and Traffic Control it ielel alt .fide' (; HI lirnlHH'11 be F : dc,1i t rh( ContJ,.!cr' ,')I rTIl1~;t. r}( ,J mfd; JI!', must be used to assure a safe condition and to nVe!)le I':ic motorists and the public. All-weather access : C,'; jer t s ,',hi bus i nesses at a \1 times during construction. Lde tHlpordlY drIveways and/or roads of approved material Corlt Ir,ctor must ilIaintain a stockpile of suit.able material m 'el' th" dr->n'dl1ds of inclement '..-leather. 1 tJ ,1 lullng WE','l I he P r "eat h"f t t ~ P 0\1 ',he t< 11- ContI ,(' 'lr \-1 I; tJ, r ,oqu: If"; t t-. '}(' p(-: ] b I 1 t i W 'T f rt,; jr I(W] 'hedulc hJS operatie,ns so as to cause minimum ad)Olflltl{J properties. This may include, but in ilf \-Ildth~;, 'onstruction of temporary !'JPrsf' qot 'iflp.l' t ','[ o t 'c'd fTipS, pI Section A - SP (Revised 12/15/04) " Cent 'c lnda cd: j ;labl. 're tr ictorsna OJPplywlht ;,d P d "'e cL'i aoopLEU U;rougn tIle CIty',,,> T1dff],' necessar',' PErmit [u'm hi Ci t Y i,orpus ChI l.sti I s Uniform Barricading by the illy. Copies of this document are EngineerIng Department. The Contractor shall City' Traffi Englneering Department. ,'\ '-jc' -€B5-f, ,~- EBT- Era-f-f-i€--- - 'Bftt-r&:t---a f'" '~IS tdf' f'+'fl--cjBs-s-+4-i '+-F-YT the re fore, no di ree~ I.., 'i-ffleft+--w +c---l. 1 --ee---~-"-B- i:B-R~ l'-i:lf' fB" A--14 Construction _~ment Spillage and Tracking 'ht, Contraltor shall keep the aeli Ining streets free :)f tracked and/or spilled 'il,; rerial ue Inq tc OJ f 10m Lh( (',_'II it ruet lOfl ILea. Hand labor and/or mechanical ipment must be used where OE'Ce'io,d y to keep these roadways clear of jOb-related [""erial ouch work mu t be Jmri,-ted wlrholl! dllY incrf'ase in the Contract price. i eet H1uent I tern 'ITid in 01 -1[1:; rJ ( 1 f r:ecessar , ilj,; ir)lE matE 1["] 't 5J to be j eaned J t the end :)f the work day or more frevEI t material from washing into the storm sewer that 'J ld be -.-lashed Into itorm sewers is allowed to d -1 \) 1 i nq s t r ()f-: t cur-o l.f1es must iell e 'r A--lS Excavation and Removals "lw excavated area~ behind curbs dnci adjacent to -'lidewalks and driveways must be lIed WIth "clean" dir "Clean" dirt IS defined as dirt that is capable of loviding a qood qrowth of qrd'is \,-inerl appl ied with seed/sod and fertilizer. The lIlt must be free of debrIS, caliche asphalt. concrete and any other material that retracts (l,lm 1t:-- dppearH1cP or hdrn[J-rS the' qrowth of qrass. '. eXlst1nq cun( rete an I asphalt WIthin tllP I rmits of the Project must be removed II I~,ss otherwise ooted, nec'e~- (it" i temo\'.11 flCLUGl. lq i- are t: be C;)DSlden,i Sllbsldid"i yment w II be made ro he ~ontrdrt not 11m ted to pIpe, driveways, sidewalks, to lh€' VariOlJS bid items; therefore, no direct r . A-16 Disposal/Salvage of Materials F,-~',:i"SS excavated materi 1, brcker, ,J:3phal t. C )oerete, broken culverts and other 'ltiwanted mat erlcl ] become the proper t Y of the Contractor and must be removed from . he site by the ContI ae or. The :,ISt of a] 1 hau I ing IS considered subsidiary; ",erefore, nc drrec paYr'lent- wi II b.> made t- the Contractor. A-I? Field Office (NOT USED) 'ffie- Cen tractf~--fIl\:t-5--t --8__H'-FH-S-fl--~~-GHcy --E-fHtifl-e€--f' -B-f-4-i-8 repre:Je n t;J t i ve Hi th ;J field B-f-f:-icc o.tthc con:Jtrllcticn S-~ !c-e~ '~-~Ei- -tTf-f--i-ee---f!H1-5-t7--eonto.in o.t lco.at 120 aquo.rc f-et"t of u:Jc.:.Iblc spaee--;-- The fre--h:i-BH tee-ffiu-st.-----Bf-"--cH:-r condi tioned .:md heated and mU:Jt be- ,tuzniohed--w4-E-fl---a-A---+-fl-e-lincdFabcl:-f -F-fla-tc- mC.:l:Jures-a-tc---k-u8t 30" }{ 60" Clnd tHO (2t- t;hClir3. !ffieContrClcHtf'-{-i-ft-a-l-l--mo-v-e jhc ficH-l-Bl'-f-:iee-Bft--thc 8ite .18 required by the {:t-l"--y EngincC"F--EH---fi-t-S---f€p1:-e-seA+,rt-i'/f- 'f-f1-t- tif'1-d-o-.ff+ee-mu8t be furni:Jhcd ',lith ;J I e-~cphone.+W-+ffi- 24----HEJ-ttF---peT-d-ay- -,tHS-H'f"Fi---R-g---S-e-tV:I-€e)-afl€l--Fi\X machine p;Jid for by the (-:+--'H+~r ~-y:,,,-- IS- fie- 5€!,---h-l-h:l-1 ,,,- htV+t-em h,1' t-he-ke-ld- -Dffice. A'''18 Schedule and Sequence of Construction 'LI mlnimiz--~ lneonVentenc( (jangerous conditions, rhe <'lnstruet Jon and ,vi 1 1 r)e tructj':Il .,howr' l)"J(W, ( ;.r" ract 01 reqi; l Lf'd (c Ull ('5S wr: t I 'on cluth r I za ~';~:'(~\[c'nce IJfld. f-1, ilnd Cllfli';'Jes WI 1 f -- "ach J,ha .onstru tlOO t nf ',,-../( iT t:!e1_~_- 5-::,~' sc.>(j !)r to thp qCiv.-ral publ i dnd to minimize their exposure to Contral'tor \'iL]! Q€ required to follow tight scheduling for requ i lH] ~ ( meet' deadl i nes for completion of each item of The p nj~( I has been divided into phases and stages. The comp L t e ",j h phase b,~fo re proc:c.eding to any other phase, lon i. (It'''''' hy the CIty Engineer to deviate from the lITlE ek illon r "oilCitrllct.i-)n is allocated for each t'lat ulu 15 '"l! "fTlpiF.te d shown helow, liquidated ](-1 dl hat tll" ,,3(11 k I' IIU! !'ompleted. Time duration r,:jt n, r,j ;s f.. Section A - SP fD~~p~~~A ~?/~~/nA' fne workin~ time t :o!'lpletio 101: the entire Pn))ect wIll be 336 calendar days. l'he Contra, lor sha I :wi,mil to t,he ,'tty Engineer a work plan based on calendar days for construction of the entire project and broken down into construction of each phase and associated stages rtn S f' tan must ieta 1 j the schedule of work for each construction phase and associated stages and shall be structured to meet all of the requirements specified In Section A,.6 "Time of Completion/Liquidated Damages",. and ,rust be ur.mil :,:ed t th, Ci f 'J f.flq j(.t'r at I e,'1"t three (' working days prior to the Ic.--cunsi r (t"}')r ITlI-'P+ 1n The Contractor shall furnish a Construction Schedule for the following phases and associated stages of work (detd i LId 'jescr lpt 10 S f the 3tages are provided on the j ract ,"(WInos :~::; n!iczJr..:-.?(j ~)(:' ,'...;1 From Day one* Phase A Stage I See Bear Creek Ditch Improvements Construct BEar [f,'pk [J,'ch Impru'Jement:; S'''''.' (H) 35 Calendar Days 'Start of the phase is delineated by the Notice to Proceed. lu:;ed on satisfactory wcrk, completed in accordance with the ;!)('cificdt;()ns, lnci u'h(-r '(JnllClct dncument.'3 and accepted by Completion plans, the City. shall be From Start of Each Phase* Phase B Intersection of Yorktown & Cimarron 165 Calendar Days Stage 11- CH1"tr'JcI Detour Ruc,d, Detou! WidenIng, Hox Cul'.JE'rLS and El,>ct cieal (ondul!.s (See Sheet 94) Stage III (:onst.r uel 51-: pe,rt. Le.Ji of Cima r lon/Yorktown Tnter':iect lon (S"e 3heel ('4) Stage IV - Conslnlct SW pOI t ior f Cirndllon/Yor ktOWfl Inter'.3E'ctlon \Sce3heet. (14) Stage V - Construct CJW porI iOIl <,f Cimar I'on/Yorktown Intersection and Construct East SectIon of Cimarron Blvd. to tL 30+84 6.' (':;ee ShEet 94) Stage VI - Construct NE portion of CimaI'I'on/Yorkt.own Intersection and C)nstI'uct West Sectinn of Cimarron Blvd, to't ,j 30' 84 6; (;ee Sheet 91)) Phase C - Cimarron Boulevard Improvements 136 Calendar Days Stage VII - Construe East pOttlc,n of Cimarron Boulevard Jrom his.)Jl Drive Ita. 23+47.90(See Sheet 94) Stage VIII - COflstru,:t Cimarrc,n Boulevard from Sta. i +00 to Ri:;on Driv0 ful width, 2nd Construct West par' .i.)n of Clllldl ro', Boulevard from Bj';on DrIve t.O Sta ~+47,90 (See Sheet 94) Stage IX - PIau,' 1 in"l 1~" )f HMA.CP (Type I)) Surface Course; Plae permaner,t Pa'iement"'1arklngs and Rai "e.j Pavempr,t Ma ker.s; Pre leet Close~'out. . Start of the phase is delineated by the setting up of Traffic Control devices and first da of traffic diversion, Completion shall be based on satisfactory work, roroplet In accordance WIt the plan, specifications, and other contract documents d'ld accepi ed by thE' C] t Y Phase D - Improvement across Mireles School Property (All work must be completed between June 1 and July 31, 2006) All t~'rm Water w(n~ from iTA ')+27.5 (Baseline 'C") to t e In dt BE'ar Creek Dl ch >'e .she,., j 62 & (3) Bisor rivn SChC1C'1 ~-U5 rart Sh(\E)t 1 "1(!) Section A - SP 'T">~__": _~~ ., "') /., c /r.A' Start ox Phase D is delineated by the Notice to Proceed. on c;atisfactory work, completed i:l accordance wi th the Ji'l' contl-H t document', 'ld accepted by the City. Th Completion shall be based pLans, specifications, and filar. ml ,1 also ]',]l dl 'e i'le ':[F'dlle of the following work items: Inltldl Scheduc.e: ,ubmlt -_._-_.~-.._- ----_.---_.. --. Pre-(')r ,;tClct i 0[1 Hee' lng an ) Items idem rdent .) Include -- - ---..-. 11ying 'Nark I)f t t V the f I c'S t Subml !t:ll [.a t e: ~._- entire project Re-Subm] 55 1 on: ) . Monthly UpdaLe- progl"~s or ,3 '1 [ t cc the rHt)(".nlnq ifhl I t;)secut l--Jis work j, manne sha 11 llow 1 flC! 'ond t I In 31:; tr to tLe City Engineer three (3) days prior to the Ln] 31 Construction Progress Schedule for review. Sh', '''; lomp "te .sequence separa':e :;rages dnd other ..... )rk cia of .'1ch week. of construction by acti vi ty, loglcally grouped activities. l n l{'d t 'lhm :al dates required for all submittals for the R,v ,e H](i re Ilhmit as required by The City Engineer. ;ubnit UpcJa tEd lonstruction Progress Schedule to show actual L'le by 1'<'[ .,'!!tage aqainst initial Schedule. Llte'lt of t hi al S lch times 'tontract that the Contractor shall be allowed ~nd seasons in such order or precedence, and in niucive to economy of construction, subject to be tl'e mus! ':c 'I, The ,:t""dule ul.)f1~,l.rU(t]'11 ;h,lll be tructured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. !L The dledu; e c't ,)[' tr t] n : lid II not. conf Liet wi th ilny provision of the Contr.HI DC1Clmlnt md 1L;0 I-I,d! when the City is having other work done, 2ith. Y' U'l!t J[' by C IY r nces, the City Engineer may direct the time and, ITkiTH)'-'r f (, n~ t r _:t] f1q 1 he wurk done under t,his Contract so that conflicts will t,>f' )VCiLded and he 'orl~tr'l" ion of various works being done for the City 'will ;'l-' 'larm"nl J. Traff The ( area and 'ontlC) fl: cact, [ In,] shdll t I,'-rt j, :(:.' u. ':::ontl,je';or <;'1a sched,,1. Illg rId OCeUI d'jf'inq ,')< e sell'ld , !ild i nta i !1Hlg publ ic sa fety and flow of traffic. h'lll be aware ut other construction projects occurring in the ocrdlnate ~;rhedll ng, traffic control, maintenance of services ,c, w] h l( hi r '( r ractors :0 rcli nat e ,Hid cooperate with raf'IC (ontr"j 'nodificatJons for 'er od ,f t tw ,ntract Uw City special for construction events that will A-19 Construction Project Layout and Control Th, drawl.ngs illdY depl t bu measurement benchmarks, pre nc~t. of ~. h 1 rid1!] r Ma [i::ont_r hy the' City and t'.-I' e ,. 'I I J t Fll I t not necessJry lnclude: lines, slopes, grades, sections, i'aselin'~s, ,,'lc'. that are normally required to construct a ttenChm,.l k:;, 1 equ 1 [ed for project layout, will be provided rOlect En::) rlc:er. The- ont ra' t: rid i [ r L srI 1 I '-'or t t h. W< r ~ ff,wring benchmark, hOUl noti< "O! .~ 11 i tant po ,t or ; e red t '0 t "tor iPS, Co lope'; and measurements necessary for :Oflclt ruct ion, i t-h.... Cont rd t"r I. h 3 t :l j ! t}l }e(_t~:[1 ~l ie~ i'Ii'rHTlciI jdmcu ;-~)d ! r-:e,r C'( Lc: ~IEC~S~,,::ll 'i to dist urb or destroy a control point or hall providE the Clly or Consultant Project Engineer 48 nat" nt f points 'cH] be established by the City or d I>' 'f it y, at 110 cost to the Contractor. Control ,IS (. ilt of the Contractor's negligence will be II 'elL" Proj':"'! ~:nqim.,er ,It the expense of the Section A - SP Ino~~~n~ 1?/1~/nA' t r opecl., 'flsultd It "rtsul Lt 1\ .;t 11 E' t:: .'d ;-:>r nE sdry t dev ldtp t remr proposed line and grade to ntraclOI :~hdJ l ,)btalrl approval of the City or f" devi,ltrcn. If, In the opinion of the City or '~lUirecl ievIatIon would necessitate a revision to l rov 1 d., upport I nq measurements as required for r"~er' r levi,;" I'he rJrawings. :,ecute 1 h., ',,'jrk, ProF'c:t f>lglnee Pre I';C F:r:gl neel -'1 :: 'Ie ;C.I tr. let 1. i if~ pI i 0 t- '1(: np dra,., r ~ (!t r C~-~'n~ul 3. ,t Pre,j ~~>(' t t,a ] Eli ,'rre Con, ~,r()pose(j TO! ;hd 1 tl :>r the f'u:po e r re i.f- ,'nce a 1 val ve:s and manholes, both existing and f ,diUr;: Lng va]ViO', dnd manholes at the completion o"f the ,avinq r $,' he COn'tlftcr shal F ;0\1 dE' the riflC" n :nplidlce .-1]'1 t.. t OllOWl nC) cert 1 tical ion for documentation and ,'ont Ll t I)()('umcnts. plans and specifications. bee f'! ( v I ded and rJrepared by a Third port-y r,and 1\"')1(d F.F ,.S.) licensed in the State , ,)fj t ILli t ot fh e 'f'ffi f€l--fla-r-t-y R. P. L. S. shall be .-i:;rk .';ny .j I :';cTepanc ies shall be noted by the rtif ,-mj>l'dnCE' t(, dny regulatory permits. id;ornp HdcpcnOi'fll- Texaco 1 ,,:::In' '{:1 . r1 1 f cat on S tl, Ri:'q s'f'IPd ,.'t"l1IP.J dlld rot, ., 1 OJ) 1 !,aId tj the -,pproveei t the Cl '_y pI Lor 1'(. my 'Th~--P-a Ft v- '&UfV+')I'",* ~ .. L. I n(' 1.10win, ) r ~ J t In 1 n J m U J n s c' tIe cj 'J 1.- docufllen La t I (,n regu, red: Stn,plS: . l\.ll c rJ) . Curb 1n . Stree; return t !,oint gu t t e r flow 1 in, t d Ijf'ncy/polllt 01 i I curnference; hot'1 Sides of :;tIPet on d 200' interval; fown:: e,1' a 200' I nt" rVd 'lnd at al lntersect ions. WaSI.ewateI · All r ffi, invert ,devat ion d mdllln]es; · All i:,tJ'Ise"tinq J Ln, '0 m,jnh 'Hi; · CaSlnq levlticIl'3 (t-"p or p pc .,rid flC,-J Itlle) ('I'XDOT dno RR permits). Wat e All top 0 f va 1 'IE' b~)xE' s; · Valve vault rlms; . Casinq elevatLon:,; (tJp ot p pe ",,,d flow u]e) (TXDOT and RR permits) . Stormwater: · All rIm/ i nver': ,c Levat Ion:; at mdnLu ies; · All irit.ersectLng lines in manhole;,;; · Casing elevat~ons (top of pIpe and flow line) (TXDOT and RR permits). A-20 Testing and Certification 1,,:'1 tests required under this Henl must ~elected by the elty EngJneer. The :ost he City_ In the event thdt dIlY 'pst orrectiv<'- '!leasures have been t,lken wd ontracto Ind rleduct(-d ron; the fdyrnE'nt be done by a recognized testing laboratory ot the laboratory testing will be borne by fdi is, that test must be done over after th,' cost of retesting will be borne by the (I t hp Cont ract or. "'he Contrdctor must prov de 1l11rpll able (ortification; to the Cit_y Engineer.. A-21 Project Signs nlP Contrdctor must lur Attachment I The iqns rh'lintained ! hroughout th, LIVIS wil i.e deterrnlned list end must Le" P r J e .t 1 n t :11' f tall t we (I) Proje(.t signs as indicated in Irl<lalled before constriJction begins and will be p'~ r J od by the Cont ract. ir. The locations of the i J hy I hi.' ",ty Enginei..r. Section A - SP (Revised 12/15/04) A-22 Minority/Minority Business_Enterprise Participation Policy (Revised 10/98) P Y T - r hE :L )' of thE C / of Corpus C:hnstl Lhat maximum opportunity is ti 'S, ,.JOIT,e'll H:Ll Minor Lty BUOiiness Enterprises to participate In .onl _ dcl:, ",warded by the C1 ty)f Corpus Christi in support It UppCttl!!11ty goals dnd objectives of the Affirmative Action )f 'h" ':I'y -Jated Oct'Jber ]989, and any amendments thereto. hill" r llCY, Ll",' ity has c tablished goals, as stated ml n r I Y .\ J fema] C fHrt i cipatl (In by trade and for Minority ;:} ,led {~l r rn ;1:'-1 t' qua -:.m c' L OimE-~ p y t a I ,me t h., r, B: C I; rl j t..-ot i ( w j n, E:L C::;' :'t: ~-, elf' I Sf? [k, t nIt 1 en 0 a PrIme (on1 ractOt, --- ------ d"SOC at 101 or jOl nt Cdy ,'or'tr. ct l\ny person, f1rm, partnership, corporation, 'd'flture as here i n provi ded which has been awarded a S:.ltccntrdc10r. {J see tat or ~ or l.-ibor (=>r ll~CS, I tle f ce 10J 11g 'HidE Any amed person, firm, partnership, corporation, Jillt venture as herein identified as providing work, uppl!es, equipment, materials or any combination of I <;(r1 raet with a prime contractor on a City contract. 1'11nor l~:~lJsir~_~s I':nt,c::rprise: A business enterprise that is owned and ('ontrolled by one or rrrore minority person(sl. Minority persons include Plack '1eYlcanAmer'(c!l1S and other persons of Hispanic origin, American q(jj ill A a~ikdn Nar J \"'S, and Asians or Pacific Islanders. For the 1,HPC. pc the S( t lon, werner are also considered as minorities. Mu r t'J IS,>l1(: ff<1::t colleeLively own, operate and/or actively flLjf<,F]" III stu r" ] "dyment', tram 31lch an enterprise in the manner } J... r -::-' i d f t-~, Sl't f) ct tl )WfiE'I. FOl d sel efl t "" C;lr i:l proprletorshLp to b~ deemed a minority business it must be owned by a minority person. (t) For all enlierprise dOIng business as a partnership, at least :J.I 006 of he assets or interest in the partnership property must If> (J'..med by (lne or more minority person(s). For ')] D must ,iIl en'" cprise doing business as a corporation, at least o t t he assets or interest in the corporate shares '>fe' oW'led by one or more minority person (5) . (,nl ,I i ,"d ['hee ;lrimar'y power, direct ortndirect, to manage a business enter crise rest3 with d minority person(s). ShdH 1 n Pa.ymen.t'i r-'11110] ity pal tner ,i, propr1etor or stockholders, of the enterpri:3e, ,F U case may t)e, must be entitled to receive 51.0% or more of thc' total profits, bonuses, dividends, interest payments, '(fIlmi ;Si,)[j,i, (>'lr,:;,Jlting fees, rents, procurement, and subcontract pdywnts dIed ! 'r other monetary dist r ibution paid by the business ;~r: t e r })r] ~i-) Ml [v): : ty ::e. de in! le)n under t1Inority Business Enterprise. i;:-' FeITH 1 \ Uwn, ~ -~_..._- and ,nt roJ C).] t 'er ( (1 f t t i ,_'oj r ,~. r; ,j r E ,j j E ,j Bus Illes:, .:~nterpr ~se A sole proprietorship that is owned led a \.J(man, a part'H?r.ship al least 51.0% of whose assets ;rUf If;t'If tS'lI lwned by )ne or more women, or a al Ie:>' t 0% ut WfrO,'ie CJs';.~ts 'f interests in the corporate iwn,-:',i 1.1/ )i or Jfl(:[(:' -.'jf)men, Section A - SP (Revised 12/15/041 , , -., " t , f' 1 1 ~ .. , .; i , f ,) ~~~~__Vc.~t.!llre. -~ JI)lJ1' venture means an association of two or more persons, pa rtne rsh ipc;, -:orporations, or any combination thereof, founded tn ca~ri- 01 a inqlE lusiness activity wh_ich is limited in scope and daee! 1 11_ Th eit-qr,'E-;O WhICh d jOUlt venture may satisfy the stated MBE g(li Cd mot ex:eed Lile proportlonilte interest of the MBE as a member ct th<' lr v-'rlt'_ Ie the wc-rk te be performed by the joint venture. /- r eXdrnpl. d!e lit \., !1Lure '"h l( h j s 10 perform 50.0% of the contract v.."-I k t- 1 t arvi '" h a mIrlor L t Y Joint 'renture partner has a 50.0% It-;Ie- ;t 'Jal] b.' k\'III!~j equ I vel lent to havl ng minority participation in ~n of e", rk t-1 norlty members of the joint venture must have E t,el n..riel,1 l1dJllwrial technical skills in the work to be f't r f 1 mii' 1 t j t i11 Ii ,'{~.:.nturf GUd a The JC)d S E;I l..' q: r i;es w(!r~ t I,:e f (.) 1. 1 ()'".' fot pl!~tJ lpatloll by minoritIes and Minority Business expresied III percentage terms for the Contractor's aggregate on -J ")1, true, 1 n work for the Contract award are as Ml10 it -,: Pdtt "er.-''f'( ()n Minority Business Enterprise Participation (Percent) 15 % 45 % b TI"',>,, JU II: arp alP] "hie to all the construction work (regardless of t. d"f ld: ':i :pat Ic', ilf.?rf'llrned ]tl the Cuntract, including approved Chd!j(JC 0 dels. 'Ih' 1'--1':; of mlllority employment must be substantially 11;" 'conn hr lUqlr.J(;! tt,,, ,..'nqth ,t the Contract and in each trade. The J;lS f ,ocr c., I In] J'lr Y '-''f,loyf.'" flam Contrd':tor to Contractor or from pt.,!". to pro)."- t'l! the ';r.1 purpose f meeting the Contractor's pc r:ei 'd.,e s prohlh", I ~c>rnF lane., a UpOil <(,mple ton -d sub.;tjjjt_ at -~d -v C'.ll! rd' (, ,r 0 I Ie l h. Jpi ,. it y l')jccl, of pi ~ngi.n(>('1 1 final breakdown of MBE participation, d ] nVOl "es, shall be submitted by the b The Contra, tor shlll llldke hi-weekly payroll submittals to the City Enq ne('r I'he Cor rI ,11;r t:; to Indicate the percent of minority and femdll' pdrt cipatlon, L'i trade. which has been utilized on the Project. AloIlg"ith . he reerlest f H final payment on the Project, the Contractor wil Lldlcdte, Lrl -wI I' inq, the ..verall participation in these areas which hale ,jeer, ,I' Ill' ,..j The (tty Engineer may withhold monthly or fllk! p,'ymlnL; tl i:ofltr.J t r [or failure to submit bi-weekly pay! l' linle lash-"r, If) submit overall participation 1 ,. t ( r m d t .;J! , d " l' q . IiI ;, 1 _ A-23 Inspecti.on Requi.red \ pP'f , '-;; d /5/00.' (NOT USED) 1'fl.e--8:H9-t-I'i-'H'C8:;-t-'tftd--H a-t-5-l:tHc-- UK~-- dt}pH}p-r4ti-te--BtH:-}ffi~nJpectionJ by thc Building In::;pcctiuft -&i--v47'tfHl ,.'lb-I fle-v,}f"_+HJ-:' 'flte-Ph1 t5- -f)~E-- WtJ-FIt--------fof -'.lhich 0. permit i~ required .tft4--t:-o~---d5-t+tl-f't' a---fl:-ftrt-l:- 1::ftE'rflf'€-t lOI~- ,rEt-ef- +fie bffi*r~ l~ completed o.nd reo.dy for Clccup.:mcy -' tBfHcf'-ct-etHF----+ftttS---t ebt-a--i-ft. ! fie--t-pr+t f i C.:ltc ~~---Oecup~:mcy, '.ihen o.pplico.ble. Section 8-b---2- e-f--+h-e- -& nefdl----j1-rovl,rtftft5 t~ hef-eby-Jmcndcd in tho.t the Contro.ctor ffitl:Jt po.y .a-il~5----,3-ftff -elt-a-rq,,'s fev H',j b-':t~> C-t-t-y--!..-s Btl-:iclf'ling In::;pection Dcpo.rtment, -lftff--.a-:l+ '}llte-i' f-i+v I p+- ;,-- "Wl'HFj'I'!l ~'f rWdt;!ewa-t=e;--ftH-'-Ee-r-.--fee:J .:lnd t.:lp~ee:J ;}:J I'~Fee ev C'f I T- .l\=~ SUEe t~onds ilagrap i lows' 'h'C) l,) -t'. t l /i ti-,;, ,,--rH'Lll frovl ions is changed to read as Section A -- SP (Revised 12/15/04) "N, uret} will be' accepi ed by the Clty from any Surety Company who is now in default OJ deLnquent on any bonds or who has an interest in any litigation aq,-:il:st the : I y All bonds must be Jssued by an approved Surety Company en;; h rized t c) do i,usiness III the State of Texas. If performance and payment DC: d an" ~,r' ar a[:lount 11 eX("!'i';S of ten percent (10%) of the Surety Company's Cli I,] ,;11<1 \lrulu~:, t hi' Surety Company shall provide certification sa' ] ,(aeicr',' it, t"e Jt'y At t(Jney that the Surety Company has reinsured the pc t ,n 0': 'nE b ,nd am(,un' that exceeds ten per-cent (10%) of the Surety ~o'rpiny's cdf'ltal ana surplus with reinsurer(s) authorized to do business in thp ,I ate :)f Texa~ The amount of the bond reinsured by any reinsurer may not ex e. i t"if] ]=',,[,>'nt (10%) f thE reinsurer's capital and surplus. For purposes )1 i" S Sf e' 0[. he amount f allowed capital and surplus will be verified tt j,;h 'le 51 dt' BOdH of ] nsurance as of thE' date of the last annual 'it ,t ,t or 'I f r'df l:l tatem!'llt of the Surety ',_:ompany or reinsurer authorized :m lmi I t:>c' d, bu:; 1 nE :-is 1 [, the ;;tate oi Texas. The Surety shall designate at dJent wh,- s reS1Jerli ,,1' Nueces County, 'j'exas. Each bond must be ex~c t eel by the :ont rat tor H1d the Su rety, For contracts in excess of $1 '0 non the bClnd mU5t tE. f'xecuted by d Surety company that is certified by th" It,'d St iI'S ;ecretary .)t the Treasury or must obtain reinsurance for any 1.11b: ity III t:'\CeiS f ,LOO,i)OO frum a reinsurer that is certified by the 'In t 'cj '-;t::ltes Se Tetar') (f the Trea,;ury and that meets all the above II:'lU, tement.~ ['he in~;urEl (,r reinsurer must be listed in the Federal Register 15 h il rt 1 f cat"s f d'Jthority 011 the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) -"~ H-_~_,ls::-~!.'TLl.~-E"~~~_['ro',,i:Jion" i -1-5- Be+et-e4- in i to entirety a~Re ! ..11mJinq-L;--\tbs+:it-tt+eB-in4ie-1:r-tc~ef-;- '.' ..:>"mt r dC t 5 t-e-ri-mpF6-V€ffif>fl+5--- EB- --ft'-a+ p rope r t y--awa-E~:kd by-t-he Ci t-y of Corpu::; Ch r i::; H ,y:;--ft&t--€fH-a-+~-4B+--t-l'I'efflpt-i-E}ft'r-Or- :;rtJ'~s--,--E*€i-se, .)nd U::;c-Ta){cG un leG::; the Contractor ,,-t-{'~--t"-i'+~te- HOOP-I' ~sepCH-a-8"'fJ ~-a5--Eie--~by Section 3.291 of Chopter T~-Adml ft+St+a4:-i:Bfl B+--'l'+-tle- ~Mi Publie---Ff:R-a-ft€eof the Tex.)::; l\dffliniGtrative Code, I -5tiefr O{fK"r--Hr+e-S-&F~tH,l-ut~, .):J ffi.:l'j be promulgated by the ComptrolleE----&f ;',>>+J-,H,CO-A"e<HH'Tt-& &f- '!+-K-a;.", t+ ~(;'Bft'+a-pt-ef f"-lt,et-;. -tee 6F";Fat"'-' H-f'tEIer--a--5-€fh1-Fttt~ntract, he :Jhall: --'Bl7td-H~-neee-s-s,."-Ey---5-fr_b~ bJ* permi t-s--f-r-em,ffie--Et:.)te Comptroller. -f-€i+'fl~ --in- ,tfl€-appropr ia-E-e---t'~-Ehe---~t.Jtement of Hateri.:JlG and Other G-lttt~'ift--{~~sa-t f.eflft.. thc ce~ of m.:Jteria 1::; phYGically incorpor.:Jted Ht t e- t Ae--P Ht i e€-t-. -+. Pre-\f\Be-- F€'5~1+e eef't--i--f4:ea-8':cS 'FCB 3upplleF5-, 4 P-i:ftlf+Be-tfte- --E-r4::--y--w rtft-- ~ les- -e f fflat-e+i:a--l-- 4-ftv&i CC Q to::; ub G t o.n t i 0. t c the p r opo:J 0.1 'fit 7tH. ffi--ma--t' -e H d-:lcf. '" 1: t:be8'IHf.a€'-t::et'-tlfte5-!1t74:-eicef'4;.--t+r epero.tc under .:l5€pfrro.ted contract, he mu::;t po.y h}F---a-:l-+--Scrles,Elt-e-'t 5€T--Ttftft--B5f~ 'f-a-H.es' app.l ieilM~B-~ proj ect. ';;-u t) eo n t r d el" ers -irF€'-- -eH-€j:ffi:te---f..:H'--s-a 1 C G L:m CJ{ e mpt -iBftS--uu i f the ::; ub e on t r act 0 r .:11::; 0 'ornplicG -wtt:ft--l:fie above ~€-ffie~--'Ffte--Contro.ctor mUGt i::;3ue 0. rc::;o.le c"'~Ft4+i:-edH! {:.E}---tfie SttBe':+fl-Eh:tetEr:F--rtftd--tfte- -5tteeefl-t-Fd~, in turn, i:J8UC8 <1 rc::;,)l-e '{Lrtif iel8" EB--flt-.s. -~:i:er." A,-26 Supp~emental Insurance Requirement~ eLlcl: (era ~ 1 ;-', l ('n:: { :lV, raqe F; O!] ,u'cl l.n t flC Cor" Lj( t"r ';hall l'lfle. by t.h.' lC>;'lr'er, accordance with Section "btdin an end,;rsement to s t d t Ilq' B- 6-11 of the the applicable J , :0 lJ ! an Ilrane' 1] ,'y, Section A " SP ID"",~...... ~""".....J 1? I' w::. ''',/1 \ IT, \lent HI< el 1_ '11 'flater let l hangc t.hat reduces or restricts the insu1he ,Itte; led tv this ovccroge part, l'ach insurer covenants to mail prior w r i t p n ( ,t I iT ~J! C in cell d L L (' 11 r ma t c ria l <::h a r~t:: t,): N,"1,E' Ly j ') r pu> Chr J "~t [ rvices Department t s Adm] n[ strlt<:'l F~ ,g i n 1-' e r I C q r- r n r Adcin s~' jClY ",,/7 C-,rpui Chll:;ti, Texas 78469-9>'17 N u;nb( r _day_ dUV,-jf,Ce ont Ice. w 'ft.c 'ontra t ; :;IlcJ.ll .J! .V] therf"of eel t tied by the tt't lty E qineer relUtst Ie t l t ",e .It y Entjineer the signed endorsements, or copies insurer, wittlin thirty (30) calendar days after the date tndt he ',ntract sign the Contract Documents. Wtruntni (i C_;Ji tract 01 I '-Jfl Eriqlneer wit- a w t ker' S wlpen f~ "F ')yed c . ne ) Cd L,-rlcL t (j"/:' .Ii ,.( the dati: the CI ty Engineer requests that the th(,nt lac ),:um'~nts, the Contractor shall provide the City .:",rt 1 f I cdte r nSUlmce cert i fying that the Contractor provides d tI (.n r r ur"'flC' (1'J,c r age tor a 11 empl{'yees of the Contractor ['10-' cr d. :~Cl b,-'} ill the Conlre!,;t F -, each n IJrac]ce G,.neeal PI v :,li'n" ~. _1 r-ance 1,0 l cy, 'lred undFr the red Of, W ,kE. r ' -over 1ge provj.je'd in accordance with Section B-6-11 of the thp (mtrae-tur slull obtain an endorsement to the applicable sr'-Jn,'d by the [[;outer, stating that the City is an additional SLralce pcJH>1 Ttw ity need not be named as additional on,pc sat ion rage. F :ont reI id. 1 ai, l '1 1 n 11 r c Ij( B t - j _(a) ) , t tw .:~errr:' r I ] P r c ! , 'fl ~':ov~-~ r , -, , I , t I ve r dlW obtarned j n accordance with Section he Contractor shall obtain an endorsement to Cont '1' or d]I"<; t< Hl(j('rnrllt'), ave harmless and defend the City, its agents, sprv,fI! dlld cn;pl yep"" dfld 'dch of them aqainst and hold it and them harmi ,em lfi') d ,d <Ill 1..v..:;'Jlts, claims, demands, liabilities, losses and expeiiS'S, Includlng ;our1-_ os': dnd attorneys' fees, for or on account of any inju y to -lny ['?r-,OI ell\, dhdh at my tIme resulting from such injury, or any lCJlCI,ilJf' te dl p oPr'tty, whlC'h may arise or which may be alleged to have aris n out (1 : j n .;::o"ne( t ie-Ii ~il th the work covered by this Contract. The foreqo [Ig ] J,dtemn ty Shd II dpp 'l except J f sllch injury, death or damage is eaus,<<j diu'{ t I) LJY the np'lliqPT1ce or other fault of the City, its agents, sprv q r c:rq:)]"y.es r lny [Son 111demnified hereunder. A-2? Responsibility for Damage Claims (NOT USED) fufUgraph i-d) befH~hi-l-- b-:l:-d-&i--+--i-t,y Err- +7f~fl B--b-l-l--B-f--t:hc Cener;::tl Pro'Ji.::;ionJ i:J arne~ to-€> i! j-{Ll-ttEle-7 Ge-ft.EraelB--F----ffltl-5-t_- tH"-f.v-.id€ B~Fi-+_ee-F-f-_s__ R-i-s Ie 0 r In::; t;::tlla ti on Flo;::tter inaurancc e-&v€-raqc for- the~lffi of t-ft€--C-E.ntraet_---tlft--1c-e- and including the date the City ~l-yrreecpt:.; the -P-ftrj-ee+ -e--r-~-:- -Builder':J IU::;1c or In:Jt;:tll;:ttion Flo;:tter cove r .:rgC---fl'ltl-5t-- he ,.Ht-- '!.fld+-----R-:i-s-h-'! form. ContEletor mU:Jt p,)y .:111 eOJt:J neeeo:J.:1ry ~-F&:~-~-B-tl-4I:-aer' 5 Rlls* -e-f---I-fl-5t.-a+-l-a-t-iDn Flo;lter inJur.:1nee eovcr.:1gc, -Htt.>-luBcttttr d-RY f:leBttel ilil--e-;-- --'HH: City mUGt be named---addition.:11 inJured on ;::tny ~; if c, fHev-H1HHr- 'Her. i rhUFd-9-'-,{~ eovEct'-d<tf7'= A--28 Cons~derations for Contract Award and Execution r~ . .cd low 1. 'it-. qation 1'-1 re .-j \ ,. 'j t 'I r.IICj i I((). t ride [ '.h( prOF ,)sed ieI f r 'Jl '(:'. .:1, ':j-,tyrmine thdt the bldder is (( nlJ",( t, then pr lor to awar__d, ""llment t' ion concernlng: able to perform its the City Engineer may T. ot Whptt,.. r SCIV, me' {i' h,; p "~e'; hi 'oj agalll t Lldder for either failure to pay for d Slip!, i if dlqains1 ,Jfll of ] t~s projects begun within the ll: irs !']F, hi Lier ~,hd] I 'specIfy tlv' name and address of the 'r,. ; tH dl>\" I' of t tn'. i ten, the lldSis for the lien claim, !. e,i I,' thc' i 1.,'fI I t any such lien has not been .;t, ,l!;t ''''hy: r". I a m '13S ['ot been paid; and III 1" ! I .~-; d.l lq ! prEte;. pa L t and rele :.-J!J n! . ld i n J d,;( , 'h 1 ')( , t . h. i. jp See tion A -- SP (Revised 12/15/04) Wh,t rli'::r Uletic' Ire 3flY oui slawltng unpaid claIms against bidder for services or mcH:EI tals [cuppli-'d whj,h r"'late to any of its projects begun within the preceding tw,,2) years The bidder shall specify the name and address of the C lJ mdn! trH uoc int t hE 31m,' tiE" [,as is for t he claim, and an explanation WI 'hE 'lel m rIa nor bp':>n p'lld. hidde dteme' '"quest rty, ':.1'1 ,1 b, prc'par \'ci ,qnec illd Df ifYl.q al ,_"quire] t flU late r r h1! d, led by thE- Jrr':?~"lt lS I' ,uppI YOt,st r uction references and a financial ninet'y' (901 days pr10r to the City Engineer's idder 's CJwner, president or other authorized and labll,ties. A-29 Contractor's Field Administration Staff rhe Contractor shall employ tor thLS Project, as its field administration staff, uperintendents and for,'men wh,) al., '~areful and competent and acceptable to the City '-,r,q inee 1 "he crit,ella upon whlct the C ty r:ngineer makes this determination may include the llowinq' Th, uper i ntendent must haVE' dl least five (5) years recent experience in field maflajE'ment and oVtrs1ght of projects of a similar size and complexity to this Pr:.j,'ct. This experience must include, but not necessarily be limited to, scheduling of manpower and materials, safety, coordination of subcontractors, an.! famJ 1 tar it '/ ,itt', tIle '3ubmit tal process, federal and state wage rate re'lll remer.t:, .,nd Cit ",nt Ldct close~()ut procedures. The superintendent shall be present, on the job site, at all times that work is being performed, fo prnen, if ut] Ii ed, shd Ll ltdve at lea:;t five (5) years recent experience in sjmi ,ir werk and t,e subordilidte to the superintendent. foremen cannot ac' as superllltendent without prior written approval from the City !ocument at Lon concernir,g these requIrements WIll be reviewed by the City Engineer. ','he Contrclctor'3 field administration staff, and any subsequent substitutions or 'c'placements thereto, must be approved by the City Engineer in writing prior to such ,uperInt <,rdent lssuminq responsibl Lties on the Project. , T 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 "ot obtaLned, the award may be r-e:5{~ inded. Further, such written approval is also roecessar'l prior t d change in flCld administration sLjff during the term of this .ntract If the Contractor fall:, t_o obtain prior written approval of the City ~:rlgineeL cuncerning dny substlt_UtLUI1S or replacements In its field administration taft tor this Project during the term of the Contract, such a failure constitutes a l,asis tc annul the Cnot ract pursuant to Section B__7-!} of the General Provisions. -r , A-30 Amended "Consideration of Contract" Requirements n.jer ""f.'Li'ral E'U.'VlSlC'lS dnd Requlrementc; tion H- ). 1 "ConslrlelitHJll (t (~~)[ltracJ:c=, for Municipal Construction Contracts", add the following text: WIth1n f 'r oposai "bmi t t f ve (:) ',.wrkJilg days fcllowing the public opening and reading of the the Uuee (:)) appa lent lowest bidders (based on the Base Bid only) must the C \1 Enqineer trp Fcl owing Information: AI' t th,' maJ ,r cornponpPI'; of the work; A t trIP product s r c, hE ncorporated 1nto the Project; A c;,hedule of va ues WhICh CrrflIYdlent ,)f the dark; pecifi(Os 'stlmates ,f the cost for each major Section A - SF (Revised 12/1~/n4\ 1 'J 'If,_-nJli ~ rl I 1 pa "C] Ph)'" i payment c; fOJ the Project duration; The names and addresses 0 MBE firms that will participate in the Contract, alor<J with a le,'cr Lpt ion of t he work and dollar amount for each firm; and ;,']b:: tdrlti at lor "i PIer throuqh dppropriate certi fications by federal agencies ('1 ! jneo 3ftuL-lv ts furn th.. MBE ficms, that ;;uch MBE firms meet the qU1U'~ lne:, r,larnEd h('re n imilar substantlation will be required if the C !D' felBE t r Ie responses do not clearly show that MBE ilr Pd' w me. t'H' "quirefm,~nt s Ibove, the bidder must clearly dem, :a' h :0" 1 ta ,n oj he Clty EngJneer, that a good faith eff 'ia .t bei~q "I,lek meet "ell requirements but that meeting such ri'q .'me; r 3 '01 rp,,;(,! db lossiblP A "i t :) f ';.1 b'J ) fET a c: tor" 'h a t con! -II" m, r.? I "la', ,ne ';',lb':ont (!D' .. to' h" 'lot comp]'~t(.d ,.) 1.1 be working I.=tor for major his i'v"lu,~t]on on the Project. This list may components of the work if the of \.Jhich subcontractor will f" r t r w .'< The 'y t':n]l!i.?e ["tdlfL; Lh: Ight t, 'lpprove all subcontractors that will per ltl[l woc" he ProJect. l'hc Contractor shall obtain written approval by the' 1'1 Enql;wer all "t It.~ subcontractors prior to beginning work on the Pro '~l r r'le C I Ly EngJ ne,,! does nOl approve all proposed subcontractors, it I',. rer'CLI1', the :ont rac t lwc,rd. fI; ,t g ! VI.\ n i f i d: 1 I r t p [ () ,n in S~ -C' B A pl HU rid L y s=> r cumr ,n 'it t h, C t F ;-le; .i ll(:>f' r , t 1L Iii ,'~VEc'lI: lid' C' subcontract.'r preVIously listed and approved is sought to be 'l['1itituted I,r ,r repl.-lced luring the term of the Contract, then the City Ellg 1::, fetl . n he r 1 qht t () approve ,lny substitute or replacement SIJb, '>I t rar t.)[ prlor to It; pdlt ,icipation In the Pr.oject. Such approval will t'le rep',lccmpnt of tilt, subcontractor will result in an ,n'raCI P' Ie", ~'alluu t the Contractor to comply with this ur s h 1"1 ;pon Whl('h t .JfIIlU] the Contract pursuant to t 'le I;..r.~ ra ovi.si l'-ins, ,'e; r ,'sri :,or .edu: IndH'dt lng re j atj onships between the major w rk. The 11 Hl fJlOqfPSS schedule must be submitted to the th pIC -con:rt IIJction 'onference; r DoclJrnerltatlun r~~qlJlred f,ur~)u~Hlt to Special Provision A-28 concerning "Con Iderdl on:; tor Corllract J\ward and Execution" and Special Provision A-29 Cl,nC"[ lne; "C)filrac'or"~ bielcl J\dministration Staff"; .. Documcn-t:-a-t-lcHfl- ,t-5--Fe-~f'PB' by-.-Sf*~--P-FBV-i-s-iB-Ft- A-+5 K, if 3pplic3blc; Wlt,t; r, riVI (r iden i j : y ing t 'yT'e or 31tnership, execut cont ract" cJjy: fOllowlnq d opening, submit in letter form, information >t '?nt L ty dnd tate (I e" Texas or other state), Corporation ani ndme s) dnd TitJe(s) of individual(s) authorized to en behalf (f caid entity." A31 Amended "Poli~~Extra Work and Change Orders" u: nGeni^r 11 Fl()V :. _)[1 B. :"'Full~j rep!.ac~d with th~ i ,ns and REcqU en Lxtlcl Work --- ---- t01 iowing: 1 <'rnents ror Mun icipa 1 Construction Contracts", dnd C...0ilnge O"-~ECr,s", thi' present text is deleted > d "Con! r lI'tOI ackncwli'dge thclt tll(' City has no obllgation to pay for any extra wod, r W!,l.-!' :hanqE' 'Hdp[ ha,' t been siqned by the Director of Engl,e,-'[ 111'1 Sf'Vi:C or hI oC"'lynee The Contractor also acknowledges that the 1t'y Fn(nLi' 1 m,y auth" I 'f -hange rders which do not exceed $25,000.00. The (;',1 Ll' tOl al kn.,wledgc; Ihll any change orders in an amount in excess of $25,0 O(i flUl .,1;.;, be appn.v..! by the' lty Council." A 32 Amended_~xecutio~~f Contract" Requirements II "Cer;,- r J ; lIt 'J ],") c, ,3(\(1 Pc'lu [ Cc)nt dt r { HH:' n t s add t lit'. r'luni( lpal oj JOWing: :onstruction Contracts", 'n 8, \, 1<;-: E' C l,; J II Section A - SP (Revised 12/15/04) "The ,-,ward c t lIe ~ont r a, 'nil be rescinded at any time prior to the date the City EngIneer dellvers a contr~ct to the Contractor which bears the signatures of the City Mar,ag,cr, It\j :;ec letary, and City Attorney, or their authorized de ]'lfIeeS, :ontr iet. ridS ,,' cause of det ion cf any kind, including for hr'd' h ()f~,ttac ',dllSI "Ie City, !10! IS the City obligated to perform un,le the Itrae', int 1 'h date ,tiC" Clty Enqineer delivers the signed ('01' ',et; tr.(' ")nt ,1" A-33 Cond1tions of Work "t bidde: '. ,rnpleti !1 1t. i igatin'l i t end the mus '. Hr,' l~r 1 ze i m:5'" ! f ',f Ule PtOJt.ct. .111 J to carry out the ptevi:;i"ns Pre-Bid Meeting referred to fu 11 Y '"y 1 th the londi tions relating to the to (io '-;0 wi 11 nut excuse a bidder of his of thIS Contract, Contractor is reminded to in Special Provision A-I. A-34 Precedence of Contract Documents I case f conflIct n he C:OI,tr,j( t Documents, first precedence will be given to iddenda Issued durIng the blddlng phase at the Project, second precedence will be liVen to ~he Special Pr0vis]on~, thIrd precedence wIll be given to the construction ridns, fnurth pre,Ydenc wlll b,- :ven to the Standard Specifications, and the .('neral ruvisicn~ w 11 be ljlJer i 1St precedence. In the event of a conflict 'H't'ween any ,f the tand,lrd Spe,:ifl<:.ltions wIth any other referenced specifications, ch as the Texa~; Jepntrnent ot Transportation "Standard Specifications for nstruct LOfl of Hlqhway;, :;tn~et: dnd Bridges", ASTM specifications, etc., the recedenc'e 'wi1 j bE' gj vel, t a<.Jdelld" , Speci al Provisions and Supplemental Special '"isioD'; (1 f appllcdb1'~), ":onst t I1ctlon plans, referenced specifications, Standard pe'ciflcatj)f"ls, In,: C,'nEcCal Pt(vi IS, ill that (lrder. A-35 City Water Facilities Special Requirements (NOT USED) - -V-:i:--sI-t:e--E-f'{:Btl-t ble-t<:H' -Gr-:refHrt-E H'f' iLF~t:-B.. peffB--f'ffl--:HtEj- - -w+ '** .a-t-'uR-'y'--t+t-y-. -w-at-e-r- f.:J c i 1 i t Y , the Con t r.:J c tor , hi:::; : ub con t -F-a-e-E-&r--5 , ---rtftd. --€-d-eft -e--f- t h~4-F dTlt+l--ey-e€- s mU:J t h.:J ve 0 nth c i r per G 0 n .:1 V.:J lid C.:1 r d !"E. rtifying--tfte-l:--r- ~eE-a4 ~3--aitefLd.t-d-....v4--si-tor ;Contr.:Jetor S.:1fety Orient.:1tion Progr.:1m "onducted-hy-~----Gi t1' W.:JteF DepJrtHteftt---P-er::lOnnel. -A- Vi:::;i tor /Contr.:lctor S.:lfcty 'i-E-ci-e-~-efl Prc~--w-tl:.J.--be---e-f4:.ered- by Juthorized C-i+-y- W.:1ter Dep.:lrtment perGonnel f~}f' tho:::;c pcrGon:.;-.wfte. 4e ..~. fh-t-Ve-'~ruch Ll€-a-F€l:, .:Jnd '.:ho de:::;ire to perform .:lny ....ork Wi t-h4-fr-afly--+:;'t-t:--y-w-a-t-f'-F-c€--a.~ t:-y---o VeT- doo--i-t ionLll inform.::ttion refcr to l\ttLlehment 1. k ~f'-a (,H7A . +4. -c+t--y-<~- EfttH f*H'<ftt- T.fie- ::on trae-t-e.f- -5-11a-+-lne-t- s--t-rl-Ft-,- 'Ope+dte,---&F--S--t--op .::tn y puFAp , motor, '.T.:Jl';c , equipment, ',wi-teA, br~T €Bf1-tf--B-I-er --df,Y--'yf-hef---i.+em--rel.::ttcd to City '.:.:Jter f.:lcility .::tt o.ny 'l-H\€---;---.---AH --s-ueh-- tt-em-s 1fttl5--t--- ee opera-te&-by------aR-.-.oper,"ltor or other .:Juthorized ffia-i-Ft-t-eftafh:'e- €'ffI!7+e-yf<'Cc-H f. ,. fie -~ t y----W-d t e-r-- Dc p 0. r t me n t . ---flF€> te-<:4iB-ft- H+' Wi~t-t€- '-El+ht++ t y I~ City [fjU~;t---Elcl-iv-e-r- wa-teF-o.f.-.dr-iA*~~l-H:--y--tO it:> eu:>tomcr:> o.t .:111 timc::;. The I'",,!) t r .:lcto F -- Sfl.-a-lt -"p-fH-teet .-tl1€- ...p.htt i t y---B-f-- the-'---I+iHcer- -.t-fl the job :::; i te .::tnd Gh.:Jl-l- . 'u<:H'-din.:lt '. - ; l:fr Wirrk1+1. th~'(:-i+-y -W-d-te-r--Bf~' tmcnt-t:--e--f:'rotcct the quo.li t y of the "".+F€--f'-7 i+.- -t-efl f ~y- ~ft ANS!-INSF-cS E.-a nfra H.l-...b! A:l:-* -fftatoe-r+rd s -a-n4 ~1-tH:t:>meFrt- 'Jstd H1------tcht~ --FcpLlir, rea:::;ocmbly, tr.:1n:::;portLltion, -[ '" \ ~1-1,-;--E t Oft, i'UlB 'i-ft Sf'* 'efot 'HI ,) f- ptt-mp-s, ",,--r d r+y--&t-Ae-E" -4-t~ rn 0 , .... h i c h co u 1 d come in t 0 (:.rft{ a--e-t -wi---I-h-- f*t.htb-:!(' watf"f, ffltJ\cl -eeft4-'-e-FHt---4e-----Affie.f i eo.n No. t ionLll Sto.ndo.rd:::; ++t"t..~/N-ctt'l:-ETf+dI-,c;anl+'...,I.tf7!t +'t~jF,j tBfl----f-AN&'l-/N5-F)--..&S~Fd 61 .:Jo dcocribed in .-I:;fie -!-', t.. .lnd.:lrdS"!7ee ...-ftea+--iBttfi--o ,S!J\c.ft- ---ffl-a€-Ff'! "i---s. t-fH: l-tlf.J.e- --ai!- '+'-f "-('1\"-5-,- el+sHK?--I'-S, 4i:tB-ri--eafl..t-.s.,..- .g.::t:Jket:::;, threo.a Section A -- SP lDc.u'; ..,...o~ 1? /., I:: In A \ '~CJmpound::;, -co<1t~ng:Jj or hydr<1ul1.c eqi:tipment. The:Je i tem:J mU:Jt not be u:Jed unle:J:J tfK>-y-conform W l'iNSI!NSF St.:lndard 61-.;)nd unle:J:J such item:J .:lre inspected on the site HI l!:~' cf'+t-~E y---~ 'rt}f~ Re+ --+rnrneEi i it tel y p r-.i:-e-r-- --E-e- tlSe-. f'lcte-C 0 n t r ,__ c t e-r- s-fla 1 J -fH'B-V We t-he-EfH-t l nee-F--w+E-h- E-'i3p-i-e~ 'n'r i t te n proof of tiN S I / N S f -tdndard "'1 ;tf7FTF-0v-al f!-)-f a--l-+ maref t-l1-~tdt---~eBffie- I:-nto eont.::tct '.lith pot.::tble J",.j.J i ~. r-:-- <', --H-a-R41+Hfj-r'He-- ni-s-!3B~-a+ ,--,f--'F-Fa-s-tt f\i-t- - ~ 9 (' n e r :l t e d- By--t-he---.te-A--E- E-Cl-e-E-EH' 0 r h 1:J -eFl'lfTleyee-s-,-.1 9 en t s ,or ::; ub con t r .::t e tor :J HlHS-!'--~Oftta-iftefi- dt--a-+l- time:J ,It -~ .J<1tcr E.:lcili ty -S-+Ee. Blm..ing tr.::toh ,:ill not he--dlloHc,j. --'I'h-e",~A-E-Fd-etAT--f'rha-1+-k-f=.~"p- we-H-- d-F-€-a-5- - ~lc;:ln .:l t .:111 timc:J .:lnd remo'.-e .:111 - f+.h d.:1i 'y ;~J'mZ\croR-'-c"- GN-&-!-'FS -PRE-PARA'f-f-GN ~- --~ -----Ge-frt-r-d:ctor':J pef:Jonnel mU:Jt ;.ear eolB-r-e-e---ufliform over.::tll:J other than or;:rnge, hlue, or -W-fHE-e-," ---&a-e-fl--employee ---tl-ft-i-form mU:JE- provide eomp.:lny n.:lme .:lnd indi '..idu;:rl ,~l--e-yee-- t-dcnti f-iea+i-e-~- - -~{ r-d-e-1:-ef-- ---s-fia+l------ pro-,' ~df' .. tc i cphones- tor Contr.-:lctor per:Jonnel. f "phone ,,' t f-€-- ft0-E----d-If-a+l-d-b-le----f-B-r---tBt+t r ;:rct o-r H5f~", Plcmt 4, ~*iflq hOtlf-sw-il-l-ee--I-:-HH-A.-Mc to 5:00P,~ ~1ond,:)y thru Friday. --{'-'-e-A-f-E-a C tor mu c; t flB-t. --l:l--se--any-.Ci + y- -f-ae i l-i-t--y- ~rt-H,ems--. ,wn s-a-A--t--t:, t f v f-a€4l-4tci-e5--;- Contr.::tctor must provide d- --A-H---GBfi+-ra-et:-B-rve-tl-+-e-l-e-s--ffil:l-5-t- be par l(e d-at- de:J i gn.:l tcd :::;i te, ;:ro de::; ignated by i i+-y--waEeE~-E-t:me-RE--5-t-i~A-~!---GHfttr<1ctof ve-fr-ie-l-e~;t be ele.:lrly labeled ;,i-t-fr n~ -IhHlli',---- ~Jo r-:riv.:lt-e----~-e-yf:e ~le5---d-F€- allBW€-<:+ at a. N. Stc..en:J -Wat-e-F - 'Ff'-E'') tRle n t-P-t aA-t- ;--- ---A-l-l--'i*'-f SBftfte+--- flftI-5-t- --l3e--:i:-A- "'-"omp.:l n y v chi c 1 c::; . Ou r i n 9 ~JO r kin g h 0 u r:J I ('ontractor cmployee-~t-----fiet-- l-€-ave- the de:Jig&a+e4 conotruction .::tre.:l nor '....:lnder t hrough-any-- buildincrs----e-ERe-F-Hnm. for -f~-i--r-ee--WBf'k -e-f---,'):J directed by Ci-t-y-Water Ucp.)r'ltmen+---y>e-~-4ur i n9 emergen';y ev;:reU.:lt i-oft--;- - .j<----b&fl-t--E-d-€-B:t-r---wa-l--i,,-f-,H .-at+D-fiS --- S-GA8A--~ SUP EIlV I-bGR-'f caNT ItO L l\N 0 0 l\. T Z\ l'iC QU I E I T IaN) - AHY-~ t-H- EM €Bffiputcr baoed mODl tft-f-~-eDntrol Oy:::;tCffi mU:Jt be performed only by qualif ~ed ---+eeA-tH-ea-!----aOO---5tl~Oory per:Jonnel, ,:):::; determined by meeting the qualification:::; --+- -t:-ft-f'-l+--9 belmh-----!Fhi::; '.wrk-:Ht-e+ude:J, but in not limited t-B-r Htudlfie<1tlon:J, Jddition::;,'ch.:lnge-s,~lection:::;, furniohing, inst<111ing, connecting, }-"r-ograffilftift'j-j- cuotomizlng, debuggi~,-- -e-al-ibr.:lting, .-e-r--- pl.:lcing in oper.:l.tion .:l11 h:nd'.mre afldl-e-r- ---s-e-H:-waf:'-e- :Jpeeified (.H'-~~ by theoe-<;peci ficationo. ,.. ,... The ContrJctof--e-r---fi-.t-5---5-tlb<~ractor propo:Jing +e--perform the. SCl\Ol'. Hark muot be able +8 deRlonot relte tfie--f-t>>lBW-~: ,... t ;-He--4c~; retJ-\j-+<H'ly-e~~--ffi--t-fl-€ '7Bmptf+€r b;:rocd fflBftitoring and control o)':Jtem bU:Jinc:;s--/~e.rabt-Y a-s-aw-l---te4- to the mufl-ie-ipa-:l-----wa-t-e-E- ,:)nd '.I.:lotc'./.::tter indu:Jtry. ? . He--fi-a" ~e--E--fB-flfled--we-rl( on 8yotcrn:;--e-~-----eBm~-afrl-e--~1 type, .:lnd compleJlity ,:):::; ~+e--E!----:i-fl---t-fi-i- s---+-'Bftt--r-ae-t- ef)--a-l.: 1--e-a-s--E----t-ft-r€-e p r i or pro j e c t:J . {_He- heL; h:en ae-t'tVE'- l-y-- ~+n-t-hc t)rpc e-f-Wf>rk :Jpee-i- tied herein for .:It le.:l:Jt 5 yea-r-fi ... 4-, He empl,ty5-,) Regi:Jter-e4~P~Bndl----E-ftginecr, -a--Control SY:Jtems Engineer, &l-ee-t.-t---ie-a-l E;~i-ft+:,-e-r fe+ ':uperVt-5e-------H-f p€-+t:fH-fft------Efte Hork required by spee-f iei ea-t:--i-Et-f+5--0 He €1RfTt-e-y-s- -f>e-l'5-efl-fi+' l:-- Aft- l'-fH-s Project WftB h-a-\fe-- ~,ueecO:Jfully completed 0- ffia-f+I:l--f ,tt~ \. ttH"f-'-S-- -l'--i'-d-Ht Htg et:HH'se Ht--€BH t-.l:-Ettff-.t-H~ aR4--"lr-npl emen t i ng the opeci f i c e-emf*t!--e P" R-T-Y-&'-s,-a-r~ --s-e--ft- w-a-f+? pF-Bj*t5("a---f-e-r- -l.:-ne--C--{}f) t~ ., He ma,P.-h-tHt-'y--+pe-rmarH."-ft--E, fully ,;hrf4-e-.-i dnd cq~lippecl---5ef-v-iee f.::tcility '.:ithin 100 fftile-~, +.-f -ffnc -P+-e-t~"---c'Hp If, !l\d-i--ffi-aifi. H-,.pa-iF, ea~~e-,-----aT\d progr.:lm the 'yYSf.+'''" 'ij7P/' It-H-t.l ftt, ~-e+f+ -B-f---a-ft t-fi-e-s-e Section A - SP (Revised 12/15/04) j-.He-~;h,.H+ t-1:t-E-fl+-Sft~f'quipmcl+ ',,'hiCh ..~.. -t*~ product of one manufacturer to the ffid*I'fltlffi-i3F-a€tcH7fri -€~t;-;-- -WheEe thi::; i::; not pr-.:letice!l, all equipment of a given t Yf7+' w-r-H Be- I~. -fl-l 00+tet:-; * ORe'fAe! n u fa 0 t HT~ ~f'-i+'F yeT-f-e,Hltdft€t:.~-,Jto--the \.:h- f'},..-&-EevCft5--wa-t-e-F--Tree!tment Plant \.'ill be u::;ed---:i-tt e-Ytt! thtt--i--fHt-whiefl-t"ffi-ra-ete-r f+ ::JUbcontnleW-f'--program:::; the nCvl ',lOrle for ~ -fl-rBcH,,-e l"'7' +-:-4'he :{4-tt-frH~':'tH .",I,d-:! pf'f~"f"e-d !l---h+h'd-B-ttt:c-fJTDgr.:uTlming block::; required to ohow {-he fH -Yjfdmffit-f-Hf ..t5- .e€.+ied -+flB -F"q;:H-Fed,te--a€I€I- theoe t..w ::;y::;tem:::; to the enioting G-i-{-v -.,;.,{'AB-lI s-y,;8c'~- Att-d+'-!ted r" aJT-~'*i1-ffiF"lce----&f-- t-h€- required progr;JffifRing bloekc; wh4-+.'fl- tfie l;-it-Y-F-f~<flH~; h:. Be- t-illed 1ft-and given to the City Engineer \;ith all eftilihff'Sffia4~-+lU:Fl i'l-'3 Hle--f'TFBtffammi ng phase--.---'I'he-- at taehed cheet ic; an ellample and -:ls--fter1:intcndcd fB . :;hew---d-ll: e-f the----f'eEftl-t-Fe&--&flee-t.&-;--The Contractor \lill provide -cH--t 17-1' oq r ,] mm i Hf'j- h-f-.f. f:o~'~E"rt '+h .- ~ .ft.-'+H:-ftf'j- R-f 'qB-l F€'nenl' '" A .LI.- t ren ch lft't fB-F- -ffi+-s-','--EBye-et - atc-l he---E}-;;---N--;- -&f:.e-vcn.:J Wa te r Treatment Plant ::;hall be perfermCfi' 1t-S-ifl.Ej-a-b.:lckh(+e---trF hand .iigging ffi:.te---t-&- the number of eJ<i::;ting underground '>f1.5-E-fHet 1.6-11-:--"'", .Ne- !-T-t'fWit-Httt-ffldeftJ ,*'~;--s-fl-a-l-l~ Clllm/edBn the Project. A-36 Other Submittals ,ReVIsed ('/]1'/00) Shop Drawing Submittal: TI1E'ontractor shall fo tlow the procedure outlined below when proces ing Shop DrJwing submittals: 1. Q.Udr:.!~J _1': I .Jnt.rdct or t( th,' C,t.V EnG nc-"r :;hall submit number of copies required by the City his designated representative. tJ. RepIO(~UCitJ1:.':: :3: als( :;ubmi tone in dddJ t Ion to the required copies, the Contractor shall (I) reproducible transparency for all shop drawings. SublTllttal TransmIttal Forms: Contractor shall use the Submittal ~---~"-'-"'-'-'--- ---..- ---------- TransmIttal Form attached at the end of this Section, and sequentially number edch transmitt31 form_ Resubmittals must have the original submi t . al n imbe I ',.; i th ,Ill alphabet ic suffix Contractor must identify the CClnt r ac' or, thi-'> (uLcontractor or suppl ier, pertinent Drawing sheet dnd de::all lumber(:;), dnd speciflcation Section number, as appropriate, on Facr 'ubrlltLiJ [':Jrm d. Contractor' ,', _ St:.~mE: Contract or must apply Contractor's stamp, appropr ate y igned initialed, which certifies that review, verifi,<atIor of Products required, field dimensions, adjacent construction work, Clnd coordination of information, is all in accordance wIth the requirements f the Project and Contract Documents. f~ ~ Scheduling: Pr,) eet, an" t.h" suhTl] S Contractcl must schedule the submittals to expedite the deli'I,r 1 the CIty ~:ngineer for approval, and coordinate In f '-CC:]dt'.c1 it,,'ms_ j. Marl<:i~I<J: ant lac t or must mdrk each copy to identify applicable products, me,de1:;, lpt 1(lflS, and other data. Supplement manufacturers' stdndard data t p:OV]Jp information unique to this Project. "j. Variations: Contrlctot must identify any proposed variations from the (~ontract Do, umentc, 1I)(1 ny Product or system limitations which may be detrirnE'ntal t.o the me, ,"ssful performance of the completed work. tl ::;P_~(:":.__ "("jUI ,~ment." ':ont rar'tor ,'"ld Fnq liE',,", ontra,'t(<! must reViPW :>ta_rnps on pr>vide adequate space a1 submittal forms. for Re:>ubml t 111: -- _._.~- - requ i r "'1 by the c:-;jnf' r-:cpvil]s fit r d t ')r must revise and resubmit submittals as l,ty Iqineet an:! clearly identify all changes made Ij hrn I t t l! Section A - SP (Revised 12/15/04\ 3t r llJut LOll: '::ont rd,:tc. ---------- .subcont~,'a( roro, and :iJppli,~r to promptly imply With pr 'Vl~>lOr must dlstribute 'uppliers and I,'cort, through copies of reviewed submittals instruct subcontractors and Contractor, any inability to Samples' J'h.: of mdllJ,f.'lct urPL seIe, 1:1. In i r" st tu i Il1l ndarcl ilr)mli '>dmpies text lire , of finishes from the full range dnd patterns for City Engineer's 3. Test and Repair Report; When "pecified In thE' StandcHd (l Technical Specifi.cations Section, Contractor must submit three (3) cople~ of ,lll shop test data, and repair report, and all on-51 te test dat a wi thin thf SpEc" fied time to the Ci ty Engineer for approval. ()thE~I w.!'~_.0~~ I_E!J ~!"~._E!quIJ:J!T1~nt wi!l. not be approved for use on the Project. A-37 .ended "Arrangement and Charge ,for Water Furnished by the City" Under "General Provislons 1nd Requirements for Municipal Construction Contracts", See t lon B-b 1 ';. -"Ar~~~~gern~rt~_?_n~. ':}'l?qe _for:__WCli~r:__F\l_rn_ished _by the City", add the fc nwinq: "The C,ntractJ)) TOU t compLy ',nth the lty of Corpus Christi's Water Conseev,1tion and Dr,ught (ontinqency Pla.[\ as amended (the "Plan"). This include", imp Lement irq wat,e " CO!1servati on measures established for changing condItions. Thl! City Engineer WIll provide a copy of the Plan to Contractor at tl'H' pre cc,nst ruct on meet inq The Contract or wi 1 J keep a copy of the Plan ',)n thp Pro jeet. ,";1 t e hrougbout onstrlJct ion." A- 38 Worker 's Compensation Coverage for Building or Construction Projects for Government Entities The requl rements of "Not le, to CtHlC r;j( '3p,'c I al Provl 1 all. IS-'M" dn incorporated by reference in this A-39 Certificate of Occupancy and Final Acceptance (NOT USED) ~-.k;::lU.::tncce-f.--a-" ccrtlfic~tc e-f~'E.eeup.::tncy+e-r improvement::; doc::; not eonotitutc Hna.+ ~cccpt.::tncc ~~~vemeA-t's-llnder Ccncr-a--l--.P-FBvi:Jion B 8 '). A-40 Aeendment to Section 8-8-6: "Partial Estimates" "General Pn,vlsions dnd Requirements ["r Municipal Construction Contracts" Section B-8.=.~_ "Partlal Estimates" is amended to provide that approximate estimates from which partial payments will be caJculat.ed will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor pluvides the City EngirwE'l with documents, satisfactory to the City Enqi',eer, tlla. show that the matETldi suppller has been paid for the materials del1'Jered t rhe Prol,~ct wrcrksitc: A-41 Ozone Advisory Pr lfP 1 nq and h"t -mix pdV i nq Op(,ra11oll: must not tJE' conduct(:d on days for which an ozone advisory has been is: ued, except for repairs. The CIty Engineer will notify C:or,tLdctOI :ibuut ozone ,Jl( rt. [[,j delay such as this I s experienced, the day will not be counted as d work day mcJ the Contractor wlll be compensated at the unit pr] cp indicated in the proposal. A-42 OSHA Rules .\; Regulations It the responSibility of the CO'ltLl<.'Ln(s) to adhE?re to all applicable OSHA rules HI" qulat on,; while perf, rminqJny Hid all Cit'j-'rplated projects and/or jobs. Section A - SP (Revised 12/15/04) A-43 Amended "Indemnification and Hold Harmless" (9/98) '"der "Ceneral Provisic,os and Requi rements for Municipal Construction Contracts", tim H-6 2] "Indemnifica!~.Lcn_dn(j Hold_Iiarmless", text is deleted in its entirety tne ,'c lowi:lq slbstitutpd!i lieu thereof: nThe ':Olit d () naIl held tL., City, Its officIals, employees, attorneys, and .; harntle: 5 lflcl SfI3] 'Idemnify the City, its officials, employees, !ley d'O Iq' ot:: fr lm ,Ll, and all damages, i,njury or liability whatsoever HI 'L'I ~It lS,[On () 'ie Contractor, or any subcontractor, supplier, Lalmdn, 'r hel! tfl lids, ernpluyees, agents, or consultants, or any 101'E? uncle 'Ie Cuntra"t r in connection therewith by the Contractor, or ubcontract.o, suppli>': materialman, or their officials, employees, ;,,) )n ul' an' ,'" aU"1; at [ If! md e we 1 ~ .'11 dQ,'nt Th mt rdC',')l sII,l1L hOld tilt' City, It'; officials, employees, attorneys, and aCkll harrnlessmd sh::lll ndemnify the City, its officials, employees, at 1 neys, and 1gents from any and all damages, injury, or liability whett:c;oever' rem negILger;' det or omission of the City, its officials, empl)yees"Jttorn "ys, and ageflts that directly or indirectly causes injury to al employee th' CemtLlct or any sllbcontraetoL, supplier or materialman." A-44 Ch~nge Orders ~4/ 6/99) :Iuuld a cldnge order (5) be rE'qu L J <'d by the Engineer, the Contractor shall furnish I :,e Englnef-:r d ':omplete breakdown is to all prices charged for work of the change rder (lJlUt prices, ho Irly rates, subcontractor's cost,s and breakdowns, cost of ferIa} ,lfld eluipment waqe rat:e~:, etc,) This breakdown information shall be hroit te I tit I','nl ra 'to] a,' d t"l IS fo! the price of the change order. A-45 As-Bu_i,lt Dimensions and Drawings (7/"/00) Ttv <:O'lS 1] antraotol !ucted etnd IIa I 1 fila b,' kt ep3cCl: I a I E dpproprlate daily eeonh of location measurements of facilities (horizontal and vertical) of iC! 1 J t Up, nornplet IOf 0' each dC} Ilty, the Contractor shall furnish Owner with one set j dllec prints, marked..ith red pencil, to show as-built dimensions and 10' al Ions of a Ll work C(Jnst (:Jeted, As a minimum, the final drawings shall t n ; d e th e f oJ ] o,v i n q HOTJze"t ,nd verI le3] dimensions due to substitutions/field changes. b. Change In "quipment arlel dimensions due to substitutions. "Nameplaten data on all installed equipment. cL Deletll![1.s" ,lddltions, ,jnd changes to the scope of work. Any :-,t he t c:t anges nd(je A-46 Disposal of Highly Chlorinated Water (1/5/00) ['tIe Cont t a, t 01 :,hcu 1 bE' I, infectIon and lIne f rticulnr]y hIgh level: , ! Ie pe rm sib leI i m i ! S ",,,,S. The";;,, drp r'f'gU la 'if' Cant t H t or's r espun, I'JPncips r th~ 11,po al ,',dl be,ubmItteci t( t I posal )' hi ghl ("ll( ;; i tary ;('wf"r~)'15t r~rn f( responsibl for the disposal of water used for testing, ush ing i r, dr, approved manner. Contaminants in the water, of ChJOIllit', will be used for disinfection, and may exceed fo! ihscha r 'Je into wf-'tl ands or environmentally sensi ti ve ed by ~umerus agenCIes such as TCEQ, EPA, etc. It will be Ibl 1 j t ( I I) omply;,;j th the requirements of all regulatory of ell Wetl' used ln the Project. The methods of disposal .e Clt'1 f()) 1pprovaL There shall be no separate pay for rinJtp,j wat l. ThE' ':ontractor shall not use the City's 'liSP>);" f contdlTli dted wale; Section A - SP (Revised 12/15/04\ A-47 Pre-Construction Exploratory Excavations (//5/00) I to ny construct lor i! 'exposE d L L ex I st : n(J P roposf'd pipelines of ,,~ i ca; n j h r l Z'ltd 1 i fir whatsoever ':>n the Project, the Contractor shall excavate pellne;; of the Project that cross within twenty feet (20') the Project, and the Contractor shall survey the exact locat !)n each russinq a.nd potentially conflicting r ('Xi'it n,; f J E lines J: f peLines ,t de rate hur Plf)E'}li,e W'lC! p,ra iE and dIe Uw Pr c:t, th" :/Ot r,1( tor shaJ] I jT,dximum ',p, :~inq oj '31JC feet 0, zont 11 1n,!,"rt Cd ] ),,, ions 'If within ten feet (10') of proposed excavate and expose said existing and the Contractor shall survey the 'rai d para1 el pipelines at 300 feet ! maXirr\llTr tntE~': V.i <;' 'II" '~ontrd 't hui lInen prepare d "'port and submit it to the City for approval ir,cl i cat Lng tlie owner ~)t p j pe 1 ne~ excavated and surveyed, as well as the approximate .'3' cd on theI"of, <ll',' aIle". to the pdv'ment centerline and elevations of the top of e, tinqrp"l.irf" T Contr ):=:1 e:'q: [orator', rr'~:)[ted t r :n l pe CXCdViti:Jfl<. ne ~:ng I ne,er, form Ii) ( dlstruct ion work on the Project until all LavE' b" en [rude in their entirety, the results thereof an'i C,)ntrd 'tor has r,(OcPlved Engineer's approval of the r':.'f--") rt_.. Ej;pi,)ratory XCdvatl,:;n~, s,'la] I not he paid for separately, but shall be considered subSidiary lC items 1hat requlTe excavations, Any pavement repairs associated with e:<.0i raLor\' cxcava!~i('ns shill he paid for accordHlq to the established unit price(s) f ~aveme t tepaJr (In'raClor shdll provide all hlS own survey work effort (no 5' '1ratF' PdY for eXFl r'at )ry "'X -IV'}' Llns. A-48 Overhead Electrical Wires 1/' ) () ) Thp ';ontra, tor shaLl :ompl( f'Jl1y WJ 1 h aU OSHA safety requirements with regard to prOXImity cf constructIon '-~quipm,,'nt b,C'neath uverhead elect,rical wires. There are many overhead WI r,tS :r,lS, "n9 thi; ,'C'f,struct ion route and along the construction r(',Ht'. Th'( ()ntrdc1'~'r sh,ll] use ail due diligence, precautions, etc., to ensure that adequate,afet y 1 S pr.vided ! or ,j! I of its employees and operators of equipment dnd \-lith regard to en:;urin; that '10 CLHTiage to eXlsting overhead electrical wires or fa ; i ties l( ',n: Th,' ,'ontract(,r con:;t ruct ien shh.l j (' )or dindle ,~hE'dlll'J w th reqarc hI :; t(1 work wlth A.E.P. and ;did overhead lines. inform A.E. P. of its SOfll"Jverhead line'3 may bf shown in t he construction plans, while others are not shown It shall be ,hE' C,'ntrdctor"5c,01e responsibility to provide for adequate salt.t,! with rHlard to over',ead 11ne~ '"hether shown on the plans or not. A-49 Aaended "Maintenance.Guaran~ (8/24/00) UnclE I "Gener a I PrO'llS] ons lnd Requllt'rnents for Muni clpaJ Construction Contracts", See ( l on 8-8 1 '~Maint_e~anc' GClCl.!:.."r1.l=:.Y", add t he following: "The :onl rdctor 5 gU.iranteE 1.', ,j separate, additional remedy available to benef t the City f (orpus 'hr] stl. Neither the guarantee nor expiration of the gUdrdntee period ",ill operal,,' to reduce, release, or relinquish any rights or remedIes avallabl, tll Ui<' Cl y of Corpu;; Christi .for dny claims or causes of..,cT i"n again,;t th, CO'l111C(" I any other individual or entity." A-50 Video Documentation ,A, S ,a L tot 1 rl e Pro) ,. e ! In:;p'' t ions Jt d 1 ;-IdS!("Jat i're t. A j 1 J nspect ons 'PC n 0/7611 "Tc-l'"vl';lir; equ i rEinen! ';, r {_"}(-lni te't cY' 'lal! b,> Ina,j, n:s["ee! <:> the Cont rdct or shall perform televised :;ewer) Jines dnd manholes installed on this 1.n decor Janee WIth Standard Specification Cond\1l1 Section A - SP (Revised 12/15/04) !<,UECT: irJr.JF:R I'NGINEEB lNTRACT"R SUBMITTAL TRANSMITTAL FORM City o!-5orpus.Christ~ Cimarron Boulevard Phase 2- Yorktown to Bison (~reles) (#6262) Maverick Engineering, Inc. .UBMITTAl 'IATE- SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWINC SUBMITTAL Section A - SP (Revised 12/15/04) Page 22 of 22 ir~ 1)). _I ~.::> _I i/}~ ll) <':0 --3 GQ) 1:..... h<,: 2 ""<: ~,~ . i - , - lI) ~l '........ <'.j ./ ~ I'- - - ~ .~ ir, - Q. QJ CD f ~ C{) iT) '4 V8 ~ ~ C( ., '-'~ <~-t- '" C'l ~ '0 t'-: r '1- I j , -f I 1/2" I' -2 1/8' l' -10 G.I 1..0 ~.:J "--.' ~-"- . -', .- (J)' If) ~. 4-0' ~.v_f I ... 101 I - <0 '- t<) \.0 '1' - -'. ~1 - ... fn - a: :J: () UI :J A. <<- o () I&. '/L+ I -1 J/8" ----- . : Q) -~,.._--- (0 - 1 - ~ ~ -...- ~ 0:: ~ l<J A< G ~ 0:: ~ 0 I)) ~ l<J :t<< a. ~ -(0 ~- ~ ::>~ A' 0 ~ ~I'- ~ (.)1 0 0 1:;<'< :i~ 1 I ~ h lI) QJ ~ - - ^ % ~ QJ ~ ~ ~ _n.___u_ :t<" >/ lI) ~ /(" ';;: ~_..- /(~ . ';;: (0 - 0: ~ 0:: ----. - --- /(~ I<) - I ';;: ~ - ~ (0 ~ ~ - I ~ - /(, - >'.'. - - --'---"~-- -- ~ (J)a (J)<': l<J::> 00. r-. 0:: ::> "<.:>- 0:: Q~ ~ O(J ~~ 3 2QQ) <':t(JL.J ~J... ~ f- <': ~ '/("'--------, ~- --r--~ ~ (J) o Q - o I ~ co x ~ x - ~ >>-----L --, ~---_____-1 2'-0" -~ 2'-0" ::::: () -- V) f-- U lu ~ o 0::::[ Q "t- O o C"'-f a ::::: o OJ PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of3 ,,,'neral Dee is 1.on Number TX030122 02/25/2005 TX122 ; ate T"xas nstJU( ,- ] n Types' Heavy and HI Jhway 'unt 1 e Nuece3, San ratucl" and \lictorla CountIes in Texas. IGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building tructures In rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for ommerclal naviqat ion, bridges involving marine construction; if.,j other cnajor bridge:'.I. f"locliflcatl ,n Number o 1 2 Publication Date 01 /?8/ )005 02/18/2005 02 I;' 5/2005 UTX2005 107 11/09/2004 Hates Fringes .!\sphal tlistr ibutor Operator.. ~ Asphalt paving machine operatorS !\sphal t Raker . Bulldozer operator :arpen te r . . c:oncrete Finisher, Paving..... ~ :oncrete FinIsher, Structures. $ :oncrete Rubber Crane, CLamshell, Backhoe. Derrick. Dragline, Shovel )perator $ lagger. $ .'orm Builder/Settee, Structures$ ~~rm Setter, Paving & Curb.,.. $ oundation DrIll Operator, ruck Mounted. . . . . . . . . . . .$ 'ront End Loader Operator......$ aborer, !:ommon .........$ Labore r, Ut 111 t Y . . . . . . . . . $ ~echanlC ""'" ..$ Lltor r;rdder OpPlat or Fine .r'ade. ["otor i,rdder Operat.or Rough.. '? ,pelayer .........$ ..,ller OpE>rater, Pneumatic, ,!If -PropclleCl. Roller Operator, Steer Wheel, at Whee ITamplng ~oller Operatol, Stee Wheel. Laot Mix Pavement L2 . 42 11.57 9.36 S i 0.90 ~. 10.71 L2.18 11. 16 ~ 10~50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 7.17 ]1.47 9.65 0.00 0.00 0.00 0.00 15.32 10.05 8.35 9.09 13.17 0.00 0.00 0.00 0.00 0.00 $ 13.78 15.00 9.00 0.00 0.00 0,00 ') 8.57 0.00 H.57 o 00 -raper Operatol '.,rVicer. tructll[',j i Steel Wcnb r. !uckdrlvel, lowboy- loat. iruck drIvel, SIngle xle, Heavy. Truck drIvel, Slog1e Axle, 9.49 9.61 10.75 " i 4 . 00 14.15 0.00 0.00 0.00 0.00 0.00 y' I 1 .39 0.00 Page 2 of3 Light Truck Driver, T'anden Axle, Semi T r ail P r . We 1 de r Work 7,cne Rarrl=a.ie .,erJlcl'r 9.00 0.00 9.39 18.00 8. en D.OO ').00 0.00 WELDERS Recelve rate prese! Ibed for craft performing peratior to whi,n welding i~' inc dental. ---.----.- . _._- - .-.- ._-_.~----- - --------- ----. -.-.--. ------ -----.,.- ..----.-------------------- Unlisted ne scope .,ward only' ) 9CFR LassLfl,=ations needed for work not included within ,)f the .:ldss fieatlon" sted may be added after as pruvided in thE Llbe't standards contract clauses (a) (1 r i 1 : ) en the li.;ting abuve, the "SU" designation means that rates Lsted under the ldent l fier do net reflect collectively a rgain,~d wage and fri dge benef 1 t lates. Other designations :licate 'mion~' whose 'ates have been determined to be revaillnq WAG~. DETERMINAT J ON APPEALS PROCESS Has there been an nitial ,.iecl"lon in the matter? This can an exi:;ting publIshed wage det.ermination a survey underlying a wage determination d Wage dnd Hour Division letter setting forth a posItion on a wage determinatiOJ matter a conformance (addit lonal ':las.'ilfication and rate) ruling '" survey related mattf rs, tnl LId contact( including requests (lr summaries of surveys, should be with the Wage and Hour ional Office for the area n whIch the survey was conducted oecause those Regional Office have responsibility tor the i'avis--Bacon survey program. I t the response from this) nitial ntact LS not :3at isfaet.ory, then t he process described in 2.) 3_) should be follcwed 1 Lh regallj to any othe t mdttf~J nn yet ripe for the formal ')cess de'icribed here, inItial eC'ld,act should be with the Inch 01 'onstnJction ,rJage Oetennlnations Write to: Bta,j'h o! COflstr IctIon Waqc Petermlnal ions Wag, and flour Dl is i en U S Department f Labor 2',0 ,'on tIt lion .I\venuc. ~".,"; Wdst ;ngten, DC )'i2]U If the dnswer '0 th, questl'Jr I'i 1.) ," yes, then an , . Page 3 of3 Interested party (those affected by the action) can request review and reconslderation from fhe Wage and Hour Administrator ;ee 29 eFR Part 2.8 and 29 efR Part 7}. WClte to: Waqe and Hour Administrat.cl Department of Labor ,;.~ Oil Constltutio Avenue, N.W. Washington, OC 0210 The reque t should be Iccompanied by a full statement of the Interested party's position and by any information (wage payment ddta, proJect description, area practice material, re.) that the request.,r considers relevant to the issue. If th, decislon of the Administrator IS not favorable, an lnterested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Admlnistrative Review 80ard u.~. Depar tment )f Labor 00 Constitutlor Avenue, N W Washington, DC ;0210 All decisions by the AdminIstrative Review Board are final. --. --- .... "-.- -- - ._-- ~-- -- -.- --'~----"-'-- --_. ---- ------_. -. ---- . -----.... --_. .------ -"----- --------------------- ------------------- F:ND OF GENERAL DEeIS ION Page 1 of2 ,,"neral [J"',:islon Number TX03003lJ 06/13/2003 TX39 uperseded Genera Decision No. TX020039 tate, fEXi\S nst rUI 't (')n Type: HEA.VY t , luntY(le> !'J;JECES SAN PATRICIa IEAVY CONSTRUCTION PRO,iEeTS (ine ludlng Sewer and Water Line , 'lnstrw'tlnn and Drainclge Projects) t"lc,dificat.ton Number () Publi~ation Date 06/13/2003 =OUNTY (ips) NUrXES SAN f'l\.TRICI() '. ;.... ';r:TX20S/A 12/01/[987 Rates Fringes 'ARPENTEHS (Exclud nq Fr rm ;ettinql $ 9.05 lNCRETE FINISHER '/.56 ,,; LECTR I C j AN u.n 2.58 ;~\BORERS 'ommon tUtti- 5.64 7.68 POWER EQUIPMENT UPERATORS: BackhoE': !"lotor Crader 9.21 8.72 WELDERS ReceIve rate prescribed lor craft performing :peration to which weldir.g is incidental. :rrdlstedL1SS1fJcatlons needed fe'r work not included within the scope 0' the classifIcations listed may be added after iwar'd only ,is prOVIded I, the labor ';tandards contract clauses ( : 9 CFR 5 5 i a) (1) ( I 1 ) i r the li t ll1g above, th, "su" 'jeslgnation means that rates Llsted uncleI that Jdenti! ier do not reflect collectively hargained waqe and tring~ benefit rates. Other designations ndlcate unlons whose Iales have bepn determined to be pre'Jdillnq. WAGE DETERMINATIONl\.PPEAI.; Pf{<l"E;SS !)i Has then, been dO inl lai d(~Cl~;",rl III the matter'? This can -lll eXIst iny publi~;hed w,lge deterrn 11.-1tion 1 survey underlying a wdge detPrm, lution 1_ ~."- Page 2 of2 ) Wage and Hour Di'lislon letter ~,etting forth a Dosi tie,n on a wage determination matter ; conf rmance (add,tjma] classlfication and rate) ,uli[19 , survey ,,~ldted matte's, lnltid _:ontact, :ncluding requests t r summar,es at survey, should be with the Wage and Hour Reqlonal Office for the area In whlch the survey was conducted ':"o'~ause ,huse Regional )ffice~ have responsibil1ty for the C'd'Jis~Ba\O:l survey proglam. I f the response from this initial -'(lntact s not satJsfactory, then the process described in 2.) -,i 3) h()uld be fa lOded WIth regdrd to clny at her matter IJe,t yet ripe for the formal )cess je:;cribed here, initial cuntact should be with the Branch 'onst u,'cion Waqe Determination'; Write to: Branch of Construction Wage DeterminatIons Wage dnd Huur Dlvi~ion U. Department ot Labor ;)00 Ce,nstitutlon Avenue, N. W Was',inqton, [) 20710 J~ If the dnswpr to th, question 1111.) is yes, then an "H'st'ed party (those affected by the action) can request lew and rec:onsl(jel at: on from the Wage and Hour Administrator n ? 9 (' FF Par t 1 _ 8 an,j 2 9 C F R P a I. t 7). W r i t eta : Wage and Hour Administratur i.i.S. Department of Labo[ )00 Constitution Avenue, N. W. Washington, D C. 20210 i~ request should be a,companied by a full statement of erested party's posi~ion and by any information (wage Jata, project descriptipn, area practice material, etc.) questoT considers relevant to the issue the payment that the If the decision of 'he Administrator is not favorable, an erested party may appeal directly to the Administrative Review ldrd (formerly the Wage Appeals Board). Wr-ite to: AdministratIve Review Board \J. S. Departm('nt of Labor 00 ConstitutIon Avenue, N W. WashIngton, D C 202JO All :1('( ~}ions by th, Admirllstrative Review Board are final. END)F GENEHAI, DECrSION ~_G_JLE E MEN T THE STATE OF TEXAS ~ COUNTY OF NUECES ~ THIS ,\;~REEMENn' c en' 21 !~Ci tlto r 1S 30TH da of MAY, 2006, by and [)e' ween U e CITY OF CORPUS CHRISTI :)t t he Count / of Nueces, State of "e ac', aC'l Ie] 'I r:,uqh tt d 1 llthullzed City Manager, termed in the (1 tract 'I ume n tea ' '=: 1 t rd H & G Contractors, Inc. termed in the tract "umer t ,s " n: 1 a ,+ y- " L , p'.J[l these terms, performable in rJu~' P5 C01'1 f"'> r n Cl '1 1 de r Cl t t '1 p,; /'1:en t: $3,774,910.53 by City and other it' atj()[ f ':-1 r \. lere.l ",ont ract H will construct and :omr: 1 ete ", t a i 1"1 i m[, emert' )f Tibe'1 as tol lowe;: ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 (TOTAL BASE BID: $3,774,910.53) 3 c( rding he a t lched P'jIlS and Spec:i ficar-ions in a good and wo kmanlikt, manner fo rIlE,' prices ancl conditions set out in their ati ached i ,j r) l'Or)(~) ~'. a S!JPF'l Y Lr:CJ at thei r expense such materials, '~eJ ,:::e5, I tiC CI C l nSli ar:p 1:3 relu lred by t he attached Contract I IOe' iJment S I f1(~ I U ]irQ yersee n I I'le ent 1 re ob. 'I'he Contract Documents InCluCie tr 1\11 e 'TIt: 'It p t: 1 proplSd I and in3tructions, plans and 5PP 1 f ieat ' s 1 r U( In 'naps, pals, b ueprints, and other '1 r d 'N i n g s , ~ E e -", rm -)nc~. in Paymen r bonds I ~ddenda, and related ioc' Jment s f wl h ::Cflc:( t: r i the 'Dn t: ract fo r this proj ect and are maoe d par ere,)f i\greemenr '3qe 1 ~ PRO P 0 S A L FOR M FOR ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS E!3 PROPOSAL FORM PAGE 1 OF 23 ID ~4G ADDENDUM NO. 4 A~t:achaent; No. 7 Paqe 1 of 23 PROPOSAL Place: Corpus Christi, Texas Date: May 17, 2006 Proposal of H ('t ( C('ntrdt~to 3, J '~ , a Corporation organized and existing under the laws of the State of T.exas OR a Partnership or Individual doing business as TO: '.l'Ile City of Corpus Chris ti, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: CIMARROII BOULBVARD PHASE 2 YOlUtT01IN TO BISON (HDUD..BS) at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: ~ PROPOSAL FORM Page 2 of 24 ADDBNDtJId NO. 4 Attacblaent Mo. 7 page 2 of 23 PART A I BID ITEM A _. A;C Ai -- A4 AS A6 A AS A9 A1 -- Al Al AU I QTY &: UNIT 41.3 26,0)3 26,on 21,011 3.59" 23,966 26,868 2,390 5,163 562 6,291 957 100 ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) STREET IMPROVEMENTS II III DESCRIPTION Sy 5t r<o.et Excava iotl ::omplete I.n place. per Smlar:~ ..uu:d 12" Compacted Subqrade, SY complete 1n peace Sqll are ..Yard SY Geogricl, compLete tD place, per S<IJlare Yarn 12 ":nshed L ,mest'one Flexible SY Base (Ty. A G.'. 1) ::omplete in pJ.ace, pe; S<IJlare Yarn GAL Primeroat (0 5 <;al/SY) complet e l[l p ace per (.;i'll] on 3 1/2" HMAC Pavement (Type Dl SY Surfact' Coarse ::omplete 1n place, per S<IJli'lH'..Yard SF 4' Concrete Scdewalk, complete in place, per S~larp Foot SF Concrete Curb Ramp, complete in place. per S<IJli'lre Foot SF 6' Concrete Driveway, complete in place, per S<IJli'lre .E.o.a.L LF 6" Header Curl, ,:cJmplete L n place, per r.inear_Euut. 6" Concrete Pavement Bus Pad, SF complete 1n place, perC::<IJ1arp Foot 8" Crushed Limestone Flexible SY Base (Ty.A Gl 1 complete in place, per S<IJJi'lre .Ya.r:.d Unantic1pated Dr.veway SF Removal complete In place per S<IJ1Flrp Foot ReVIsed per Addendum #4 IV UNIT PRICE IN FIGURES i_._ 2.75 per L._. 2.50 L_ 3.60 $ 16.00 --'._-, L-__~ $ 15.65 $ -.'-'-.-.' - $ 3.05 1.______ .2:..2.Q. L__._~ $ 9.00 t__~ $ ~__.__lO. 00 $ 2.50 '-'-"---,"- V BID ITEM EXTENSION (QTY x UNIT PRICE IN ll'IGURES) $ 113.786.75 $ 65.082.50 $ 93,718.80 $ 336,176.00 $ 8,088.75 375,067.90 $ 81,947.40 $ 16,730.00 $ 25,815.00 $ 5,058.00 33.971.40 $ 9,570.00 $ 250.00 '=.".=....,-=;. =_"'-=.CC,"'-,"'==; "._-,..<....._<- _.---.-.._. ~._..,..._,. --- ... - ..--.".,...---~ --,....- -;_..__.-.- ! . i L i III IV V ! ! B:ID :ITEM EXTEHS:ION BID Q'l'Y & j UNIT PRICE ITEM UNIT DESCRIPTION (QTY X UN:IT PR:ICE :IN I IN FIGURES F:IGURES) I Unar tl,"ipated SIdewalk AE SF Remova , , complete lr1 place S 2.50 $ 250.00 -~_..._---_.. per Sqtlan;;. Foot --:--.. 3 4n_~~ -.--.------. 8 Woo<ien Fen-.::e. omplete .Ln $ $ _~ _, .(., ,1...; 31. 50 10,773.00 I place. per I.inf!ar .E.ilil.t. _._-~ .. ---_. -.-.'-'-' Al.6 80 4 Cha ~_n Ll.nk Fence, complete $ 23.50 $ LF 1,880.00 lL place, per [,i nf!ar Foot ----..- A17 923 6 ChaLn Link Fence, complete $ 20.00 $ 18,460.00 LF in place, per I.inf!ar Foot Ala 4 18' Chain Link SWing Gate.. $ 1,500.00 $ 6,000.00 EA complet.e In place per Each - Adjust Existlng Gas Valve to Ai., 2 EA Finish Grade, complete lD i. 200.00 $ 400.00 place, per Eac.h A2 2 Survey Monument, - :omplete in $ 200.00 $ 400.00 EA place, per Eac.h -. ._',- AL 1 DAY Ozone Day, complete per ~ $ 1. 00 $ 1.00 .. Reflective Pavement Marking TY .. A2.:' 38 EA 1 (W) ,ARROW) complete In $ 145.00 $ 5,510.00 ~ place, per Eac.h Reflective Pavement Marking TY 13 EA 1 (WJ "ONLY" .::omplete in $ 175.00 $ 2,275.00 ii place, per Each J Reflect ive Pavement Marking TY A24 2,238 LF 1 (Wl (4. ) (SLD) complete in $ 0.64 $ 1,432.32 place, per Linf!a r Euo.t. t Reflective Pavement_ Marking TY '. A2 1,01 LF 1 (W) 4. ) (BRK) complete In $ 0.69 $ 696.90 - 'i~ place, per Linp.ar ..Eili1t. ~ Reflective Pa''-emenl. Marking TY Ii A2l' 1, 78 LF 1 (Wi 8. ) :SLD) c"omplete In $ 1.16 $ 2,064.80 ii place, per Linf!C'lr .EQ.Qt. Revised per Addendum #4 ::; BID I ITEM I I ! AL I A28 I i I I A29 A3D A31 A32 A3 A34 A3':> A36 A3 A38 A39 A40 4,.50 6,320 1,667 QT't " UNIT 632 320 572 565 3 3 10 3 10 1 1 [j In DESCRIPTION IV UNIT PRICE IN FIGURES v BID ITEM EXTENSION (QTY x UH:IT PR:ICE :IN FIGURES) Ref leer ive Paremenr: Marking TY P' ] {Y (b") iSLD (DBLI complete L__ ~ $ III plate, per r.i nf"i'l r Foot LF Reflective Pavement Marking TY 1 (Y, 12" 1 (GORE complete in place, per Linf"i'lr Foot LF Reflective Pavement Marking TY 1 (W) 24") (SLDl complete in place, per Li neAr EQ.Q!:. LF Reflective Pavement Marking TY 1 (Wi (CROSSWALK) 10' Wide), complete in place, per LineAr .E.a.a.t. EA Type II .-A-A Raised Pavement Marker. complete ln place per E.acll EA Street Sign Assembly, complete in place, per Each EA STOP Sign, complete in place, per Eadl EA NO PARKING Sign,:omplete in place, per-Each EA SCHOOL ZONE-SPEED LIMIT Sign, complete in place, per E.acll EA Other Regulatory Sign, complete in place, per Each EA Relocate Existing SCHOOL ZONE Slgn cJmplete ir place, per Each Sy Temporary DetoLlr Road (Type IIi complete in place, per Square larrl SY 2-Course Surface Treatment (Detour Road Type I Only), complete in place, per SqparB Xax:.d LS Traffic ControL, complete in place, per r ,llmI) 'slim ReVised per Addendum #4 L.__ 5.20 $ 10.40 $ 25.99 $ 4.62 i._ 202.00 i.._ 404.00 $ 346.00 $ 433.00 $ 343.00 $ 5,775.00 $ 14.90 $ 5.00 $ 55,275.00 4,415.88 $ 3,286.40 $ 3,328.00 $ 14,866.28 $ 2,610.30 $ 606.00 $ 1,212.00 $ 3,460.00 $ 1,299.00 $ 3,430.00 $ 5,775.00 $ 94,168.00 $ 8,335.00 $ 55,275.00 -- _.. ...0--.... ~,.__.~ ...,.--.,.... .- ::;.~..,~ .. A I II III IV V T- .- J QTY BID ITEM EXTENSION BID So ONIT PRICE tmIT i DESCRIPT!ON ( Q'l'Y X UNIT PRICK IN ITEM IN FIGURES FIGURES) , ! Pavf~me 1t Repalr omplete ! 1n 30.00 $ 710.00 A41 , J ~y $ 1, Pl ace per Square.. .YaI:d ---".-..- .. ~-,'- ~---_. ---_.~. Trarfi Control Allowance, A42 1 LS comple e in place. per ~ $ 40, 000.00 $ 40, 000.00 sum TOTAL BID PART A (Items Al through A41) $ 1,459,182.38 Revised per Addendum #4 PART B: I , BID I ITEM i ! B I B., Bj B4 S~ Bt: S' B~ BS 81 Bl 8L, ClMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) STORM WATER IMPROVEMENTS II QTY 6< UNIT 21 ,4, SY III DESCRIPTION Seedlng at Spe,: 1 f 1 Hi Areas, comp.cete> in pldce per SClJlnre Yacl Seedlng for Erusio~ Control 36, 69~ SY complete in place per S<lllnn~ YaJ::d 36 ECP (Class 1 I1 i ::omplete $ 81. 00 $ H 5:' LF in pJac", per .ln~t=!.l Foot 42' RCP (Class II) ~::omplete $ 105.00 $ 69 LF in placf->r per 1.1 nPiH Foot 48' RCP (Class Ill) ::omplete $ 120.00 $ 55 LF in pi aCE-, per i,lnpriT Foot 54" RCP (Class III :omplete $ 145.00 $ 640 LF I i nf'ilr~ in placte per 60' RCP {Class [II complete L__ 200.00 $ j C LF I.i n f' a r ....Eo.o1:.. in place, per ~9~ LF '19(: LF >jC LF 18 h(CP (Class III) complete in pl.ace, per "in.,,,r Foot 24 ECP (Class II ) complete in plac~~J per ,;nPA-r- Foot -_. 30 Rep (Class II ) ::omplete in p.lacp per .1 npr1T Foot 4 X 3' Concrete Box CuI vert, 1,193 LF completE- in place pel' r.inpar E.o.u.t. 4 x" ?onc.rete> Bc,x ?ulver.t iJ'<: LF complete in pla.:e, per Li Tlf'a r E.o.u.t. Revised per Addendum #4 IV V UNJ:T PRJ:CE IN BJ:D J:TEJI EXTEHSJ:ON (QTY x UNJ:'!' PRJ:CB :IN FIGURES P'J:GORBS) ~_0.35 $ 7,469.70 $ $ 0.30 11,007.60 $ 37.00 $ 14,504.00 $ 52.00 $ 46,280.00 i.___65.00 $ 23,075.00 69,012.00 38,745.00 18,600.00 92,800.00 6,000.00 .L.,_ .,_.J:2.2. 00 $ 229,056.00 $ $ 181. 00 41,992.00 I II III IV v BID ITEM QTY .. IJ'NIT DESCRIPTION BID ITEM U'fBHSJ:OIll (QTY UNIT PlUCK IN x 0lU'1' PRJ:CI: m FIGURES FIGURES) , B}! 6 -+- B14 i 15,487 I Bl'-;. I SF 5" C>_)ncrete CoLlar tor Grate Inlet, .~omplet2 1:1 place per S<IPCl n' Poot :?.._____ 9. 00 $ 585.00 SF 6' C)ncrete R1p'Rap tor Drainage Channel, complete in pl. ace per S<Il1n re Foot --_. 6 Concrete Va.~ley Gutter, complete in pLice per r.i near $ 3.50 $ 54,204.50 4 LF $ 26.00 -------- $ 1,222.00 B16 Bl B18 , B1':< 'i ; B2 , B2 )) ~ B22 ~ 82 , '1 B24 .E.o.a.t. .- lk 5' Standard Curb Inlet, $ 2,200.00 $ EA complete place. ln per Ea.l::.h 6 Curb Inlet c~ompl ete in $ 2,500.00 $ 4 EA place, per Each .. Grate Ll1et c()mplete in $ 2,400.00 $ EA place, per Each --- 5 Spec.al Inlet, :omplete In $ 2,600.00 $ EA place per Eacll. 33,000.00 10,000.00 2,400.00 2,600.00 EA 5 rnle' Extensloll, complete in pJ ace, per Each L__ 600.00 $ 5,400.00 Concret" Storm Water Manhole EA (Type' i" ) complete in place, per EadJ. $ 2,500.00 $ 2,500.00 Concrete Storm Water Manhole EA (Type ' [) , ) complete in place, L-~OO.OO $ per Each - Concrete Storm Water Manhole 'i EA (Type 'E' ) complete in place, .L.. 3,600.00 $ per Each 9,000.00 18,000.00 Safety End Treatment Eor IS" 1 EA ReF' t6:J)~ complete tn place, pe L Eacl:.. $ 1,500.00 $ 1,500.00 B2."J Safety End Treatmenr for 24 EA ReF (6: 11, complete U1 place pe r Eacl:.. $ 1,836.00 $ 5,508.00 Revised per Addendum #4 I BID ITEM 8::6 K BLa B29 I B3U B31 B'l" B3 t.,: 83", B36 B3 B3t3 II III QTY & lJHIT DESCRIPTION EA Safety End Treatment 3 Box 2ulvert (6: ill place, per Eacll for 4 x complete EA Sldewalk Drain complete LD place, per .Each L 9 Re-grade Existing Drainage LF DltCh, ::omplet~ in place, per r,l npa r Eo.ot.. V--Shaped Drainage 1)]. tch W1 th 6i' LF 4 1 Side Slopes, complete in place, .,er r.i nArlr Foot 33804 Channel Excavation, complete in plac"" per ~llbl " Yi1ro CY Silt Fence for Storm Water 1914 LF Polluti:m Prevention, complete in place, per ',lnear Foot 5-' 1 6" Concrete :urb ~ Gutter LF compl.ete? in place per r.i npi'lT E.QQt. oc UnanticLpated Curb & Gutter complete? in place per Li npar E.a.aL LF EA Concrete Headwall tor 4' x 5 Box Culvert complete in place, per Ea.c;h Cement ;tabilized Sand 3C Cy BackfilL, compJ eteul place per ('lIh I r Yi'l ro AdJusting Existing Storm Water EA manhole to FinJsh Grade, $ complete- 1n place per Each Plug Excsting Curb Inlet with EA Concretl~ Plug, complete in $ place, per Each Plug Ex~sting J5" Rep with EA Concr-ete Plug, complete in place, per Each Revised per Addendum #4 IV lJHIT PRICE IN FIGURES $ 7,300.00 $ 425.00 i__4.75 $ 20.00 ~________ 4. 00 $ 2.00 $ 10.85 -----',------.*._.- L__ 6.00 $ 16,400.00 L_ ____~3 . 00 230.00 180.00 i_____~l . 00 V BID ITEM EX'1'DISION ( Q'1"Y x UNI'!' PRICB IN FIGtJRJ!:S) $ 7,300.00 $ 3,400.00 $ 5,187.00 $ 1,200.00 $ 135,216.00 $ 3,828.00 $ 62,181. 35 $ 1,200.00 $ 16,400.00 $ 9,890.00 $ 230.00 $ 540.00 $ 211.00 I II III BID ITEM QTY lit UNIT DESCRIPTION I -=-J-- I B4( I 7 Plug Existing 60' RCP with f::A Concrete Plug,::ompLete in place, per Each Flowable Grout & Abandon LF Existing E'" Rep, ,'omplete n place, per L1 npar Poot: IV V B:ID :ITEM BXTBHS:ION (QTY UNIT PR:ICB IN FIGURES x UN:IT PR:ICB :IN F:IGURBS) 430.00 $ 25.00 $ 430.00 $ 4,375.00 .. B41 9ti Hay Bal es , complete l.n place L 20.00 $ 1,920.00 LF per Li nF!Ar Foor Trench Safety for St:om Water B4~ 5 08 LF Structure, complete In place, L. 1. 00 $ 5,108.00 per Linpar Foot: B43 Trench Safety :or Sturm Water 30 EA Structure, complete ln place. per Each B44 Traffic Control .;omplete 1 n place, .;Jer Lump Slim LS B45 Storm Water Utility Allowance for Miscellaneous Earthwork, Chain Link Fencing, Seeding and Irrigation Work for Bill Witt Park Improvements Associated with the Bear Creek Ditch Widening, complete in place, per LnTl\t> Sum 1 LS TOTAL BID PART B (Items B1 through B45) Revised per Addendum #4 L-__l.OO $ 10,500.00 $ 15,000.00 $ $ 30.00 $ 10,500.00 ~15.000 00 1,028,607.15 ClMARRON BOULEVARD PHASE 2 IORKTOWN TO BISON (MIRELES) PART C: WATER DISTRIBUTION IMPROVEMENTS I ] B:ID I ITEM I ~ C2 I I C3 I C4 I I I ! . C6 I . , , i I C5 I I C7 I I C8 I I I C9 ! I I I I Ii I I ClO I Cll I Cl2 I C13 Q'l'Y & UNIT 4,311 II 24 B. 4 it 14 p 18 ~ 2 ~" III DESCRIPTION LF 6" C-900 PVC (DR 18 Waterline, comp,ete In place per Linear Foot LF 8" C:-900 PVC (DR 18 Waterllne, compLete in place per LineAr Foot LF 12"' 90( PVC (DR IHi Waterline, complete Ln place per Linp.Flr Foot EA 6" Gate \/a1 ve and Iii 1 ve Box, complete in place, per Ea.c.h EA 8" Gate \alve and'Jal ve Box, complete in place, per Ea.c.h EA 12" Gate Valve and Valve Box, complete in place, per Ea.c.h EA 6 '. 4') Legree L':1 Bend, complete in place, per Ea.c.h EA 8" 45 Degree D1 Bend, complete 1.n place, per Eac:h EA 12" 45 Degree 01 Bend, complete 1.n place, per Ea.c.h EA 12" L 1 1/4 Degree Dl Bend, complete in place, per Ea.c.h EA 12" 90 Degree 01 Bend, complete in place, per Ea.c.h EA 12" x l2" Tapping Sleeve, complel:e In place, per Ea.c.h EA 12" Plug, complete in place per Eacll IV V UNIT PRICE IN BID I'l'EH EXTBNSION (Q'l'Y x UNIT PR:ICE :IN FIGURES FIGURES) $ 38.00 -,-...-.-.- -- L___39.00 L___._42 . 00 ~______~J 5 . 00 $ 850.00 $ 1,500.00 $ 160.00 $ 200.00 L_.__-'l? 5 . 00 $ 375.00 $ 450.00 L___ 3,200.00 L-_. 300.00 Revised per Addendum #4 $ 9,310.00 $ 5,148.00 $ 181,062.00 $ 2,300.00 $ 1,700.00 $ 24,000.00 $ 2,240.00 $ 1,600.00 $ 6,750.00 $ 375.00 $ 450.00 $ 6,400.00 $ 900.00 I BID ITEM Q'l'Y Go UNIT I ' C14 --+-- I 015 I \~...L _ ~ t I C16 t I J CP I i I C18 I l I C191" C20 I I I C21 I e22 I a C23 I I I I C24 I C25 I l C26 . r (227 II l" III DESCRIPTION EA 6" lEe IL/Conne';tlun complete i [] ,~lace per Ed.cb EA 8" ~-ie II/Conne'Tl:')) complete in place per Edc.h EA 12" Tie in/Connection complete in pla,:e, per Each EA Water Service Conne,- lon, complete ln place, per Each EA 12" )( 5" D1 Tee complete ln place, pEr Each EA 12 "0{ 3" 01 Tee complete 1;, place pEr Each EA 12" )( 12" 01 TeE:' ,:omplete 1 n place, pEr Each EA 12" >( L2' D1 Cr0SS complete in place, per Each EA l' ':ur Re lease \, a1 VE wi th 5 Dla Fiberglass Manhole, complete in place, t:Jer Each Fire Hydrant Assembly (Type 12 EA l' complete in place per Each Flre Hydrant Assembly (Type J EA 2 complete in place, per Each 4778 1 1 LF Trench Safety for Waterline complete in place per Linf'!ar Foot c:omp 1 f'!t e in 1:) 1 ac:e. per Each EA P] ug Exis':.ing 6" Water line. complet.e in place, per Each EA Plug Exisr:ing 12' Waterline, complete Ln place, per Each IV V BID ITEM EXTENSION (QTY UNIT PRICE IN x UNIT PRICE IN FIGURES FIGURES) S 1,300.00 S 1,500.00 ----...--- S 1,600.00 $ $ ~---- 500.00 500.00 500.00 1____---275 . 00 1____. 750.00 $ 4,000.00 $ L. 2,800.00 2,800.00 1.___1.00 $ 250.00 $ 400.00 Revised per Addendum #4 $ 6,500.00 $ 3,000.00 $ 3,200.00 $ 500.00 $ 2,500.00 $ 1,000.00 $ 575.00 $ 750.00 $ 8,000.00 $ 33,600.00 $ 8,400.00 $ 4,778.00 $ 250.00 $ 400.00 J I C31 I I I C32 I C33 I C34 I BID ITEM i C28 I I I T , I i , I ! I I I C29 C30 :II QTY " UNIT 654 CY 178. LF III DESCRIPTION Cement Srablllzed Sand Backfill compl,~te \.n place pel Eacll Flowable Existing complete Eo.oJ:. Grout .~ Abandon 12" AC Waterline, in place per Linp.F.lr LS Traffic Control complete in place pE'r Lllmp Sllm LS Water Jtllity Allowance, complete 1n place, per ~ Sum EA 6' Plug, complete lL place per Each EA 6" x 6' II Tee, complete in place, per Each Trench Safety fer Water EA Struct'.lre, camp] ete "n place per Each TOTAL BID PART C (Items Cl through C34) IV V UNIT PRICE IN BID ITEM EXTENSION (QTY x UNIT PRICE IN FIGURES FIGURES) S 37.00 ---_._~- i______~ S 7,500.00 $ 7,500.00 $ 255.00 $ 275.00 -.------ .L___~ $ $ Revised per Addendum #4 $ 24,198.00 $ 10,692.00 $ 7,500.00 $ 7,500.00 $ 255.00 $ 275.00 2.00 366,110.00 CIMARRON BOULEVARD PHASE 2 YORK~OWN TO BISON (MIRELES) PART D: WASTEWATER IMPROVEMENTS J I II III :IV V J BID BID ITEM EXTENSION Q'l'Y UNIT PRICE IN &: UNIT DESCRIPTION (QTY x UNIT PRICE :IN ITEM FIGURES FIGURES) 8 " PVC SDR 26) Wastewater Gravi ty I Ul I 1 LF Line 8 _ 0' Depth) , complete In $ 31.00 $ 6,045.00 I I I~ place per LinPnT Foot- - ! 8 ,. PVC SDR 26} Wastewater GraVIty , D2 I 1 - LF Line 11 12 Depth) . complete rn $ 35.00 $ 6,020.00 J ! place per T,i nPflr Foot I 8" PVC SDR 26) Wastewater Gravity I D3 i 2q4 LF Line 112 14' Depth) , complete in L 40.00 $ 11,760.00 j place Linpar Foot ~ per _e i 8" PVC Wastewater Pressure Pipe I I (150 pSI) for Water 1 ine Crossing D4 I LF Le~ 55.00 $ 1,100.00 (1 (), 12' Depth), ~omplete in i place L i n P i'l r ..E.out.. i fier I ! - I 12' C900 PVC (DR 181 Wastewater D5 2,203 LF Force Main, complete lO place per L_~_ 38.00 $ 83,714.00 I i I,inf!i'lY F o.o.t.. I 14' C90S PVC (DR 18 Wastewater 06 8: ,; LF Force Main, complete In place. per L_ 48.00 $ 38,976.00 I I Linf!i'lY Foot - 16" e90S PVC (DR 18 Wastewater 07 I 345 LF Force Main, complete place, L 55.00 $ 18,975.00 I 1.0 per r.i nf!i'l r Font I 16- C90S PVC (DR 18) Wastewater D8 352 LF Effluent Line, complete in place, L__ 55.00 $ 19,360.00 per LinAar Foot _. I 12 " Plug Valve l.nd Rox, complete In $ 3,800.00 $ 3,800.00 D9 EA place per Each I D10 14 " Plug Valve d.nd Box complete in $ 4,400.00 $ 4,400.00 EA place per Each - I D11 12" 45 Degree D1 Bend, complete i_._. 500.00 $ 3,000.00 'i EA in place per Each Revised per Addendum #4 I :II III IV V ; I BID ITEM EXTENSION BID UNIT PRICE IN QTY &: UNIT i DESCRIPTION (QTY X UNIT PRICE IN "'TEM FIGURES FIGURES) , 6 14 ., 4 Degree D BeItel complete 900 00 $ 5,400.00 012 EA S-___ I.n p.L:ice, )er EaJ:;h -- ~,--- ., ---~ ._._-_.~-,. 013 4 16 rt 4 Degree D. Bend complete 700 00 $ 2,800.00 SA S--_ In place. .:Jer Each "'_._,~ -,--- ~---- -- - 2 10 '. ~'i Uq ," 'ompl etf~ In place. per 00 $ 200.00 D14 1~:A S-___ 100 Each =';_.= 16" Pluq, "omplet.~ i:l pJace1 per S--_. 00 $ 2,400.00 ~lS 4 EA 600 Each 12 'I , 1 .. ~educer complete lfl 116 1 EA " $ ')00 00 $ 500.00 place per Each - 12' BLilld ';'lange '..:oml>lete in 200 00 $ 200.00 117 1 EA $ place per Each 12' >( 14" ~Vye ::olnplet .'- 1n place, 00 $ 3,200.00 '1:118 2 EA .S--___ ] 600 per Each ., -- 14 ., x 1L " ;{educer complete In D19 1 EA S-___ 600 00 $ 600.00 place per Each --.--.-.-- 020 8" Drop '::onnectlor. Assembly 16 8 .S--___. <)00 00 $ 500.00 1 SA Depth :;omplete n place, per E.a..c.h _. 8n PVC SDR 261 Wastewater Gravity D21 2 EA Line Stub-Uut wltL p '..19 complete $ V:iO 00 $ 700.00 In place per Ea!::h ---- 5 Dla. Fiberglass Wastewater 2-' 5 EA Marmo 1 e (0 - 6 Depth) complete S 4 100 00 $ 21,500.00 . .. in place, per Each . Ext.ra Depth for 5 DJ.a Wastewater 23 36 VF Manhole (Over 6 Depth) complete L 400 00 $ 14,400.00 in place per Vprtic:aJ Foot 2- Air Release Valve with 5 . Dia. D24 3 EA Figberglass Manhole, complete in $ 4 000 00 $ 12,000.00 place, per bch -, Tie lntCj Existing 10" Wastewater 025 1 EA Force Main complete In place, per $ 1 <)00 00 $ 1,500.00 Each Revised per Addendum #4 I II. III :IV V BID BID I'1'EH EXTENSION UNIT PRICE IN QTY {. UNIT DESCRIPTION (QTY X UNJ:T PRJ:CE IN ITEM FIGURES FIGURES) -; -Tle lnt, EXistIng i L " Wastewater J D26 , L. $ i EA FO.lce Main complE-'te In pl.ace per 2,000.00 2,000.00 ~ I Each t ...~- - r Tie lntr EXIsting Wastewater D2~ I EA Manhole complete Ln place. per L_ 2,300.00 $ 4,600.00 f Each "-"---'--'---,- U.28 i ,:; SY Asphalt Pavement Fepair, complete L__ 25.00 $ 1,400.00 I I i in place per ~.a.._Ya1:d I J Cement Stabllized Sand Backhll I D29 , 140 CY L. 45.00 $ 6,300.00 I I complete in place, per C'llhi r. Yard I I Flowable Grout x Abandon Existing D30 I 1 ! LF 10' Sanitary Se-Ner ~~ne, complete L 12.00 $ 1,404.00 in place per L.ine.aL--Eilllt.. J t - I Flowable Grout \c Abandon Existing D31 I 895 LF 12 " Sanitary Sewer Force Main, L_.__ 9.00 $ 8,055.00 I I complete in pla.;e, per Linear Foot ! AdJust Existlng Wastewater Manhole I i D32 I EA to Finisn Grade complete in place, L_ 325.00 $ 650.00 per E..a..ch ----~ I D33 4,393 Trench Safety for Wastewater $ 1.00 $ 4,393.00 LF complete in place. per Linp.i'lT Foot I ---- D34 I TraffIC ':ontrol cc>mpl ete In place. $ 7,500.00 $ 7,500.00 LS per f,l1rnv !=:l1m ... -' I I Rehabl 1 i '~a te Ex~. st Lng Sanitary D35 EA Manhole 14 6' Depth) complete $ 9,800.00 $ 9,800.00 I ln place per Eacll I -.- ._,,-, I Rehabllitate EXlstlng Sanitary I D36 EA Manhole 18' ., : () , Depth) , complete $ 16,000.00 $ 16,000.00 In place per Each Revised per Addendum #4 ~ :r II III IV V ~ B:ID ITEM EXTENSION B:ID Q'l'Y UNIT PRICE IN (QTY x UN:IT I &. UNIT DESCRIPTION PRICE IN ITEM FIGURES I FIGURES) I D37 LS Wastewater Utillt} "Illowance L_ 15,000.00 $ 15,000.00 completE- in place per T.llmp Sum .J r ----.,,--.- , Trench Safet.y tDr Wastewater D38 ! EA Struc t u:re, complete 1n place per L. 1. 00 $ 10.00 ! ; . I Each TOTAL BID PART D (Items D1 through D38) $ 340,162.00 Revised per Addendum #4 ClMARRON BOULEVARD PHASE 2 rORKTOWN TO BISON (MIRELES) PART E: SIGNALIZATION & LIGHTING IMPROVEMENTS II II I III IV V i BID I BID ITEM EXTENSION (QTY QTY UNIT I UNIT PRICE IN &: DESCRIPTION X UNIT PRICE IN ITEM FIGURES FIGURES) I I Traffic 5:ignalization for I El I [,S Bi son! :::imarron 'ntersection ,~ 180,500.00 $ 180,500.00 , complete in place, per LUlIllL I 1- SJ..lm ~'" - j TrafEi- ,~'igna1l/at [un for I i Yorktown Cimarron E2 i LS $ 282,000.00 $ 282,000.00 j Intersection complete In I place, per ~.lium I 2" PVC (~ch_80) Electrical MIS ! E3 I 2,850 LF C'::mclUl t , complele 1 r place, $ 15.00 $ 42,750.00 I per [.1 ORA r Foot I I , 3 '. PVC (Sch,80) Electrical I Condult for Street Lighting E4 I 2,51< $ 17.00 $ 42,755.00 I LF l complete in place, per Linear i I 1- E.o.o1. i Bandhole/Pull-Box for I ~. EA Electrical M.I.S Conduit, $ 1,575.00 $ 7,875.00 complete in place, per Ea.ch -_._,-_.,.~_.._-- I HandllO t e ,i Pu II m Bcx for Lightlng E6 I 1~ EA Condui , complete In place, L. 1,025.00 $ 15,375.00 ! ; per Each I - I j 6' PVC (Sch. 80) A E r' E7 234 LF Elect,rlcal Conduit complete $ 41. 00 $ 9,594.00 I in place, per r. i ORin Foot . ~OTAL BID PART E (Items El through E7) $ 580,849.00 Revised per Addendum #4 ClMARRON BOULEVARD PHASE 2 YORKT( lWN 're) BISON (MIRELES) TOTALS: SUBTOrAL BASE BID DESCRIPTION TOTALS Total Bid Part A Items Ai through A42 $ 1,459,182.38 Total Bid Part B Items B1 through B45 $ 1,028,607.15 Total Bid Part C Items C1 through C34 $ 366,110.00 Total Bid Part D Items D1 through D38 $ 340,162.00 I Total Bid Part E Items Ei through E7 $ 580,849.00 J,. ~~AL BASE BID (Parts A, B, C, D and E): 1.. 3,774,910.53_ }' '" G Contractors, Inc. herewcth:ertifieE that the unit prices shown on this print-out for bid t.erns including any addi l. i ve r deduci l VE" '.11 ternates) contained on the Revised Proposal Form are the unlt prices intended and t'lat l.ts bid "1,11 be tabulated using t,hese unit prices and no other ",formation from this pr nt ou H & Cnot ractors, InC'. acknowledges and agrees that the Total .:ld amount shuwL wi 11 be re."ld and '. t Tot a 1 Bid and further agrees that the official Total Bid ,(1I0unt will be jeterminecl by rrultlplying L'1e unit bld price iColumn IV) shown on this print-out the respec ive est crna:ed qLanti t ief shwon on the Revised Proposal Form (Column II) and then "taling the extended amoun's ~ (Signature) Vice-President {Title \ Mar 17, 2006 (Date) Revised per Addendum #4 , .1t r '::1L \1 e! i C1E- ares tnat e has visited the site and rias car e! ull y examined 1 he pi. d IS, specl f lcat ions and contract document:s elatinq to the wc,rk covered by his bld or bids, that he agrees to do the work, and that fl0 representatlons made by the City are in any sense a warranty but rire mere estimatt's for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required for the fait~hful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the cont.ract and bonds are not executed wi thin the time above set forth as liquidated damages for the delay and additional work caused thereby Minority/Minority Business Enterpri.se Partici.pat.ion: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation pUrpose. If1mber of Signed Set.s of DoOUlll8l1'tS: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. TiIIlle of CcmpJ.etion: The undersigned agrees to complete the work within 3~6 cal.en.m.l" days, for the enti~ project, from the date designated by a Work Order. Each Phase and associated stages of the roject shall be completed within the number of calendar days or dates ,llocated below. Detailed descriptions of the stages are provided on the contract drawings as indicated below: Fro. Day one. Phase A - Bear Creek Ditch z.proV4IIaeI1t$ State I - Construct Bear Creek Ditch Improvements eSe. Sheet 94l 35 Calen.....r. Days "8taz'$ ~ the phase i. <Se~;~ted by the Hoticeto PJ:ooeed._ Comp1eti9n shall be based on satisfactory work, completed in accordance with the plans, specifications, .nd other contract documents and accepted by the City. !'roa Start of Bach Phase'* Phase II - XntersectiOl1 of Yorktown & C~n 8~ II - Construct Detour Road, Detour Widenin9, Box Culverts and Electrical Conduits (See Sheet 94) S~ III - Construct SE portion of Cimarron/Yorktown Intersection (See Sheet 94) S~ IV - Construct SW portion of Cimarron/Yorktown Intersection (See Sheet 94) 8~ V - Construct NW portion of Cimarron/Yorktown Intersection and Construct East Section of Cimarron Blvd. to Sta. 30+84.62 (See Sheet 94) 8~. VI - Construct NE portion of Cimarron/Yorktown Intersection and Construct West Section of Cimarron Blvd. to Sta. 30+84.62 (See Sheet 941 165 Ca1eDdar Days' E!3 PROPOSAL F01lH paqe 20 of 24 AIJOBNDU:C NO. 4 AttK"bReut No. 7 Page 20 of 23 Phase C Ci.marron Bou1evard Iaproveaents 136 Calendar Days Stage VII :::onstruct East port ,on of Cimarron Boulevard from Bison Drive to Sta. 23+47.90(See Sheet 94) .~& VIII - Construct Cimarron Boulevard from Sta. 1+00 to Bison Drive full width, and Construct West portion of Cimarron Boulevard from Bison Drive to Sta. 23+47.90 (See Sheet 94) Stage IX - Place final l~" of HMACP (Type D) Surface Course; Place permanent Pavement Markings and Raised Pavement Markers; Project Close-out *S~ of the phase is deliDea~ by the settJ-Qq.up of ~raffic Control devices and first day " trcdfi.c di:flaraioo. Completion shall be based on satisfactory work, completed in accordance with the plans, specjfir~tionst and other contract documents and accepted by the City Pba8e 0 - Iaproveaent acroes Mire1es School Property (All work IlU8t be ~l..ted between June 1 and July 31, 2006) All Storm Water work from STA 0+27.5 (Baseline 'C") to tie-in at Bear Creek Ditch (See Sheets 62 & 63) Bison Drive School Bus Lane (See Sheet 149) s~ ~ Pbaa& D is delineated by the Notice tp PJ:ooaed. Completion shall be based. on sati.faetory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City.. 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 reqUirements pertaining thereto, for the sum or sums above set forth. (addenda n=eer~~t ~'!den~afi~4_~~~;e~"(le"d~~l41;;~:~enda i7~'~::~:ddenda ~~ S/S/06~~:~~~eS~1~~~ Af4 Respectfully submitted: Name: Gary Garnett By: -&~l {SEAL - If Bidder is a Corporation} Address: PQ o,_x '070' (P.O. Box) 1'225 Southern Minerals Road (Street) Corpus Christi, Texas 78409 (C i t Y ) Telephone: (State) (Zip) H).l} 289-2556 NOD: Do not detach bid frail other papers. Fill in with ink and sul:Dit complete with attached papers. (Revised August 2000) E!3 PROPOSAL fORK Page 21 of 24 AIlDBIID1M NO. .4 At~~t Ro. 7 Page 21. of 23 Thi:- ont {3(; i 1 ()'Tmf= e wnk wlthHl ten (10) calendar days from 'to e thE:-"v re ~E /It tte'r: vi Irder and wl11 omplete same within 336 C:::ALElIDAR DAY S It tl t)e':rU!~ .. Should Contractor default, t rae' nkj \ a lqUjl)ateo 'jamaqes as set forth in the t rac' '()C'jrrer; C 1 ' 'd 1 l'~ )n t. r ell" In r lent funds for performance of the "tract ; n '3 ( din p ,,:1 the nLr a t Uocuments as the work gres:- '''; Sic: n '~'-1 4 ~)a J! ~.: .-] 1 rpu (~hristi, Texas on the date shown I,ve. Af'TES(l': !'~ 'I 'I. _~,.u...:.. J!> -'1 ' "_.." \~' ". '. \ r~ ,..;' ~J City Scretary CITY OF CORPUS CHRISTI Sy: ~"", (,'.'\ VJ.(.:,,-~~ (1)[(,( l<-t Ronald F. Massey, Asst!~ity Mgr. .)f Publ ic Works and Utilities APPRCJ\?ID AS TO ~GAL FORM: \ . . - ,j ^. -', " ~ ~ _ .', ;';-. y: ' .t \ h\..t i tt \ I~'t t_"'__ ~[ .l_!_~_ =! C' t. C j "" At t (H i\e\' By: I:rfl(' r<:.~..I__ 6/'l".t't AngelJ'F.. Escobar, P. E. Direltor of Engineering Services " .,i:_ 1 fi/' . Seal :Be~w) - ""-. -~ CONTRACTOR , H & G contra~iorsl Inc. By :__.. /\~jL'--!L ATTE4J: (If Corporation) (NO;;a,'", ~:E Per.on signing Lor coat.:i.on i. not: Presid~t, .:tttal'.. flIIPpy of authorization to ,gIl) Tl tie: \j t A"""'\~ 1225 Southern ~nerals Road (Address) Corpus Christi, TX 78409 (City) (State) (Zip) 361/289-2556* 361/289-2757 Phone) (Fax) l'ig reemen t 'age f L (h ':!-Dok:'M AUl~ 5/3c/c~ SY OOUNCtl ._...............;~:_ AL l1'J ~, --. "',,"1 i:- ? ~ R E:.~_R MAN. C E BON D :Nr Nr, 171803 STATE OF TEXAS ~o KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~.' THAT _--1L~_ G Contractors, hereinaf~er all d Inc. of NUECES County, Texas, and INSURANCE COMPANY OF THE \^lEST * a la\oJ::=; f the Stat e of CALIFORNIA ['U 1 r.ess he Stat of Texas, hereinafter hc'~d an firml/, bc)und urto the City of Corpus epc 1 a tIn of Nueces County, Texas, hereinafter pe a 1 S i;Pl f THREE MILLION, SEVEN HUNDRED SEVENTY- HUNDRED TEN AND 53/100 ($3,774,910.53) DOLLARS, nit ed S1 es, t c be paid 1'1 Nueces County, Texas, h ch,; un '^ '" and truly to be made we bind ourselves, )) c" de m} II! t: r a tcH and s u::: c e S S 0 r s , j 0 in t 1 Y and ! 'he:.,e prE: ents: u ,ie c rporat ('li (rqa: 1 Pi a,PJ dul} cut! ., C' C'-_~ .led ";i. ret It c~ C ,1 lsti, c. munll p11 cd led" 'i ty", trle FOUR THOUSAND-L_.-NI~ llwful m"ney , h, f the Fa/ment CT n hei xe J s verall , f j cn:!, t c:> THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the lLtO J .:::,'1 ain contract wi th the City of Corpus e ~OTH __ "f MAY , 20_~, a c::JPy of which is hereto r: 3 r thE J e c: f f f 0 1 the con s t r u::: t ion 0 f : plncipa enterej Christi, (jated t a"tached and m2de cn~ARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 (TOTAL BASE BID: $3,774,910.53) BOW, THEREFORE, f the pri n,.~ipal shall fai th fully perform said work l accordance wlth the plans, specifications and contract documents, including any changes, extE'nSlons, or guaranties, and if the principal shall repalr ard)l replacE a) defects due to faulty materials and/or ',J rkmanship that appear wi thin a period of one (1) year from the date of . )mpletion and acr;ef. tance of improvements by the City, then this c)bligation shall be v)id; ctherwise tc remain in full force and effect. PROVIDED FURTHER, that If dny legal action be filed on this bond, flue sha 1 1 e n "Jw:"ces -::-cmn '! f Texas. And that saId suret 10r alue received hereby stipulates that no anger pxt.ensic" f t::imE', :3 tc~(ation or additIon to the terms of the r1tract, ,)1 ~ tr e w rk fjerforn1ed thereunder, or the plans, sr)e(~ i f iea t lons, dra w i-1g5 1ft ( accomparlying the same shall in anywise feet its obligatIon on t~iS oond, and it does hereby waive notice of a'lY such~hange, f'X t enslen f ime , alteration or addition to the terms at the cunTract, Jf t theNar to be performed thereunder. * 1 NDEPENLENCEn_II.,U~,'} SUFF'T"'r F,~[f()rmance Bond f!:iqe 1 1 2 lhlS Vel rJ:)[) , S C S t oj r ,'" C) f 'I c ni'~ I t. t-.,? u~quilemer,ts of Article 5160, Jther applIcable statutes of the ., ~< '1 i ,) -~ c= U' e 'T' x,-~,; and X3S r hE The u l\,gent ered (] Ie r E:; 1 (1 n",1 e-.;i.der t a C i? n t l: r r i"by t \' t c ieslgnated b~ the Surety herein as whom any requisite notices may be e~~ may be had in matters arising i 1'1,! t '} 1 9 - 1 , Ve r non's T e x as N lec c:~ S ;IE'l ,.t- ~ -~ '-- - f L ,Ii su r. ^ el Fj rc)\ s ': t .::- 1 de lL5 iDce 1 f? . )DE IN WITNESS WHEREOF, t l~ f whi h sha] Lye oeemt"dn .....J::.1LU....__ '0 ~t rumerl\. is executed in --L copies, each iginal, this the 30TH day of PRINCIPAL "! C(JNTRACTfJj<.Sf .~ f,- :...:\~\\\ ( ~\(1'r' ~ 'nt amc & 1'1 "Ie) INC. B: {L \>\ ("(tel,,,", ATTESL.. f'.j: ./ 7" S~'t~.t~:t'y . f' rr;::' r I NamE' r' SURETY LhS RANCE \.:'f'}PANY OF THE WEST [~.])'ENDENCE ~ASUALTY & cURETY CO. ,~, c-Z( 8 ~ ./". r./ ?'~;: "'Y' _;/?( <.' ~/ [\1- lr!ey-ir: tact t-:A.t<l' ELLEN t-10URE tPr:rt Name\ ' 1'4e __.,' ',' . t.....-t O:L "'~Surety in Nuece. County, rexa., :Lor ~aei1.v~ of "~@ibe . .err1ce of prece.s is: Agency: ~ WI,\TNEl' & RD iN :';;IRANi 'F Al;ENC'" -------_.,,--, --.-.--.-- '-....-...- ~."- ~~ '. -_._,._~ "^-_.._~._---,..__._... '\ 'tact: Person: LA} 1 r ~~>E. Uk Address: '>. h (,} .1.:> rEI,~~'TI, r}_\_~ 784( Pbone Number: (.j -Sf 3- 711 Date 01 Ppr-form"n( p,:';f}c: must fc 9/02) rior t date ~f contrdctl P'~I'f "mance Bond p", of ~_1!_X_ M~_'J' . BON D BOND NO. 21 7l8(H STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ,~ THAT __~_& G Contractors, Inc. of NUECES County, Texas, reinafret all~"(j" rincic,a l", and INSURANCE Cm~PANY OF THE \\TEST * , a ~porat t Ja!.L e( undp' t r laws f the State of CALIFORNIA , c j dul~ iuthcr~ E:' :)U,; lleSS lei the State of Texas, hereinafter ; ell ed P:; .'e"" , Ill'] 1 lfl firm bound unto the City of Corpus ill 1 S t i , m n} ( r ell C err.: a tin 0 f N u e c e S Co u n t y , T e x as, her e i n aft e r j Led" 'ty",;, L ltu a '3C'11,3, firms and corporations supplying JibJr a mcit."r Id S 1. II iJ O:,E uticll ,J! the work referred to in the dcheo ont rae! / lIt hE." p.' a1 Sllm of THREE MILLION, SEVEN HUNDRED $EVElII'Y-FOUR . THOUSAND. NINE HUNDRED TEN AND 53/100 ($3,774,910.53) [()LLARS, ] iwfl nuney of thE Ii! i ted States, to be paid in Nueces County, ] ,"xas, f the ['''ymet t f"h i 'r sum,.,;e l 1 and truly to be made we bind Irselve f Ol,t hpiJs, exeClrcr admlnistrators and successors, jointly seve aLl\ f cni fJ'y trp5f-"\ f reSE?r1i,_._':'), THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the ncipa ent e [E' ir to a '::P 1 ' din cUIlt ract wit h the City of Corpus r esti, ated t e. 30TH riy._MAY, 20~, a opy of which is hereto ached and mad.: r':lrt hE e r fa: t he eonstrlL~tion of: CIMARRON BOULEVARD PHASE 2 YORKTOWN TO BISON (MIRELES) PROJECT NO. 6262 (TOTAL BASE BID: $3,774,910.53) .OW, THEREFORE, j f the pLi eipa1 shall faithfully perform its duties a (1 makp pr:>mpt pClymert ~ all persons, firms, subcontractors, rporat ons ane claimants supplying labor and material in the iJrosecut_on of the work provIded for in said contract and any and all nul y authori zed modi fica t ion c> f said contract that may hereinafter be made, not ice 0 E wh ich modj f i Cd t ion to the surety is hereby expressly wrllved, then this obligation ~hall be void; otherwise to remain in full ree and :cffect PROVIDED FURTHER that eJ ,lilY leqal action be filed upon this bond, rue she; l' 1 e : I "Ju,'ces' ur" , ( Texas. And t'tat saL suret'y' fen '.alue received hereby stipulates that no cnange, extensio f time, a teration or addition to the terms of the cant ract or t Ue wo k Derformed thereunder, or the plans, specificatlons, drawilgs etc. accompanying the same shall in anywise a f feet its ob i gd Lm or th 1 S ('()J1d, and it does hereby waive notice of a y such 'llanqe, x'eIlsic,n f 1 lme, aLteration or addition to the terms of the cun.ract, '.1 t the NOL~ to be performed thereunder. * INDEPENL'Et\c:EA:';U/\: ,1" " SUPFT d 'yTIlent bond .'iqe Thi Vernon's ~tate of c'.rein i3 F 1::)0 r l(~- 1 Vt?T iiieet T n,e requlrements of Article 5160, Texas, and other applicable statutes of the imant" I "Labor" and "Material", as used ':, ~ 'Id as jei i ned UJ said Article. 1 Vi ~ > d uj es ) r 1 r ,I'~ 'V '1E: t e ro.'" ,-< nc l: 'v-" -<, eXd::;, The Agen' lvere "d E:' r ,: 1 -I n ('j J. 9 I: r t 1: '<e~,: P - 1'- Nu":' _ j n (j ,) n It: 0 n S c- let c :J n3 J1 :'t S IIp ereby desIgnated by the Surety herein as ulty t '.vhom any 1 equisi te notices may be t pro ess may be had in matters arising t ,)vi decj Art. 1 . 19-1, Vernon I s Texas CPJ of '31 ra nc:X] c IN WITNESS WHEREOF, t 1 S s t rumen t of w i.h s r a bE deemed a or iq1 na s executed in ~ copies, each this the 31ST day of --1M. I PRINCIPAL ,~ c, '~rrc' _~~. ~- A:_ \ ..' \ \ '--' \-\C"-. " '\ Pc c :.)\ c\ t' f\ r Print Name & Title) ATTEST ~i .cr c.,? ,/' ..~_._ :--;ecrkar'l ''TJ,] nt SURETY NSLJRANCF COMPANY OF THE WEST NUEPENDENCE CASUALTY & SURETY CO. rr'> '. -t-;,/j / ___'27 P ;;:-?;; ')- r (,c - I ~ L~ L ~ :nney-in-fact lAkY ELLEN MCJCRE U'nnt Name\ n~, .....t.#4"ent of ~,~..ty tn 1/Iueces Countv, Texas, ~or/ de.li..ezy of Dotlell'_d ..rvice of #ito~etI. is: Agency: Contact Person: Address: : W,L,N'I"JEH., 'RD()',) INSURANCE .n.C;ENCY J'.,f ,LLEN;1 ")fT ;~C;X JF;)l.], CHFIsn, !'r:X:AS h4Cij ."_._>~. --"-'-_. --- ~.- .--.._"__"__._. _"'___"_"'___'M"_'_~,_"" _._,__ PhODe Number' o -8,3- 1: (NOTE: Date ':Ji Pa,i1TWTli '~C' i~ust net be (Rpvi.sed 9/0 r t 1ate ~)f cnntrac'! Fdyment Bund '~e 2 "io. 000467] !<..N 'v' \LL ME)\, kY ! HE"! FXP"'i"t'f ;nsurance lH!!pan~ a on~'_'raTlon dul\ OfS:an17ed undc'f Iew GROlP Power of Attorne} Insurance Company of the West Explorn Insuranrt (ompall\ Independence Casualty and Surety Company ;)R~SI;\ "S I'hat InsuraLc;;: ( \\mpan\ of the: vve,t. J CorporatIon du" organized under the laws of the State of California, "rr,.rat!, ,n \Hly ,)f.~aniltd undc! the la\\s ,,1 Ille State \'1' California. and Independence Casualty and Surety Companv. a he"" 'the Stal<! ,11 \"!h ''In.'IIe1\ rekned 'h t\;e'( ,)fnpanle' do hereby appoint ilIA'" EISE'\H \lER. R.\l. LEE. \L\IH ELLE" \100RE. LER(n RYZA. KRIST! ROBERTS then true and lawnJ' \nomeYI' I-m-Fad \\ith authorIl\ 10 dalt: t:\crute "gn, seal and dellvt:r \>n hehalf \>1 the C\>mpanies, fidelity and surety bonds, undertakings, and ,ther ,mlilar conrradS of \uretv,hl[) ,m.J arl'- related doc'!ment. in Wllney. \\tlereo! !he I C>f1lpaJ1les h"ve ,'al",'d tk,e pre'cm.' 10 bt: ,'\t'Ul1ed b\ Its dul\ authorlled otlicers this 1st day of November, 2005, ~'.;; F. ~\!) ,,~_~i :~'..c: ",c;,\J R"'NC ~> !ll~O'l"l ~ 4J (,0 >... " ~ 0 <:. "SEAL~ ~ 0.- "{I ," A ~i> ~C"I'i\" ~ !\o.l-1 l,/\j ;,5 INSlRANCE COMPANY OF THE WEST EXPLORER INSlIRANCE COMPANY I:'IIDEPE:'IIDENCE CASUALTY AND SURETY COMPA~\ f'-'"'#~' u , It:: tn> Ll Sv. cent:\ \S:--htam "'ecretdr\ V lohn I Hannum, Executive Vice President ,"taiL alifornm " ,')i.m" d San Dieg, On November i. 200'. bdore me, r uncIs f a!aui. Notan PubliC, personall} appeared John L. Hannum and Jeffrey D, Sweeney, personally known to me ht: the persons wh"se names an: "Ibsc:nbcd to the with, n mstrument, and acknowledged to me that they executed the same in their authorized capacities, and thaI ~\ their signatulc' . 'n the IIlstrumcn!. the enl Ity upon behalf oj., hlch the persons acted. executed the instrument, Witnt'>' my hand and official seaL ~~~a~ <n -. ~'0iIS0 ... C "c~,' M~~~ I M Francl' Fafau!. Notary Public RESClll i iuN~ Thh P,)\\er of Attome} IS grarHeo ana IS "gnec sealed and nillanZc'd WIth faCSimile .,Ignaum:s ,md seals under authority of the following resolutions adopted by the respective Boards 01 Dlrectnrs of ,:ath ..r thr Comparlie, "RESOI vEl) [hat the Pr"sldent, U1 EXeCUllVl or Sen,,)! Vice PreSident of the Company, tngether with the Secretary or any Assistant Secretary arc hereby authunzed to execute hme!s \>1' A\lumey appointmg the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal. and deher on behalf,littk CUTilpan\ !ideln an.l !uret\ bonds. undertakmgs and other '1ll1ilar contracts of suretyship, and any related documen I' RESOL" U: FUR If-n R hallhe ,'gnatulb l't :he "ftixr, malong the app(llntment. and the Signature of any officer certifYing the validity and current ,latus ,,!, the appointmem may be faCSImile lepresentations ",f those signatures, and the signature and seal of any notary, and the seal ofthc (,'mpan\ ma} he facslmJe representatIOns ,I thuse sIgnatures and seals, arld such lacsimile representations shall have the same force and ~tfecl a' II 'nill1ILIII\ affi\~d. The fa,):mlk c-pres~ntati()n, l~ferr~d 10 herem ma\ he affixed by stamping, printing, typing, or photocor" liE' CER1!FI<\rI m~ undersigned.\ssiStant Secletan 01 'nsu' mce ( ompam ,), till' \"est. Expiclfer Insurance Company and Independence Casualty and Surety Company, do hereby certify that the l"regolllg P"\\el 01 '\tto!ney " III full for,e cmd effect. and has !WI been revoked. alld that the above resolutions were duly adopted by the respec-Ilve Boards pt DlTector"f'he "mranle' and art n,\\', In 1111, I"rct: i i\ \\! "'\iFSS WHI R I' If I have Sc!1 'Ii\ hmd '11, 1~ 1':d'. 2006 ~^7' ~~1~~~f ,~. " .//----./ Icffre\ D. Sweeney, Assistant Secretary r,) " entv the authentlCH\ ,)fth" hmc: dt,ttor"ey \Oil mas call I .,,1'0,.877 - I 11 I and ash tor the Surety DI\ision. Please refer to the Power of Attorney Number, the above named indlVldual(si and detads dthe bond I,; whi,h the p;"\e! is attached For IOt()rmathlO or tilmg claims. please contact Surety Claims, ICW Group, 1.1" EI Camino Real ';an Dleg,. \ "2 ;0-2145 .'r .,all ;~,gl ;\1,>+00 h!, Pi)\','" '" full forct' and effect untt! revoked ~ CITY OF CORPUS CHRISn DlSCl.OSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended. requires all persons or firms seeking to do business with the City to pnMde the foltowing information. Every question must be answef'8d. If the question is not applicable, answerwith -NA". F'" NAME: ~'- ~_~~r~_:.:___ __ __.. < , .. .. . .. , . . . . . ., . - - . . . . ~ ~'.... , , ,~ , . .. . " ,. . . .. . . . _.. .. . .. ~. ... .......~......... a ~ ~........ _.......'O. ... ............ <, .... STIEET: ~,-=:'~l_~,l.':"~~~~~~:'+.~_.._ ____._ CRY': Corpu~ Chri.st.i ZIP: 78409 FIRM Is: _ 1 Corporation _...L._ 2. Partnership __ 3. Sole Owner 5 Other 4. Association DISCLOSURE QUESTIONS If adIIIiIioI tal space is necessary, please use the reverse side of Ihis page or attach separate sheet. 1. .... the names of nch "'employee" of the City of Corpus Christi having an "ownership Interest" OOfII!rtitutlng 3% or more of the ownership In the above n.ned "firm". . JIiIIM Job Tille and CitY Department (if knowrt) N/A , 2. ..... the names of each "oIIIcIal" of the City of Corpus Christi having an "ownership IntentSt" constituting 3% or mont of the ownership In the .bove named ....nn... .PIImI ~ N/A 3. .... the names of each "board member" of the City of Corpus Christi having an "ownerwhlp Intentat" oonatItutIng 3% or more of" owne.....1p In the above named ....rm... ItI.!D! Board. CorMIIssion or CommfIlee N/A 4. .... tile ........ of each employee or officer of a "consulant" for the City of Corpus Clvlstl who worked on ..,........... to the ~ ~th-.. contract and .....n ~Ip .......r constIIIdIng 3% or mont of .. ownership In the above named MfIrm". MImI Consultant N/A CERTifICATE I .... that aI information provided is true and correct as of the qate of this statement, that I have not knowingly wIthI1ijId cIscIosure of any information requesled; and that supplemental statements will be promptly sutm1tted to the ~ of CotPus Christl, Texas as changes occur. Ce~ Person: Gar y Garnett (Type or P S......... of CertIfying Perwon: Title: Vice--President Date: Hay 11, 2006 ~ PROPOSAL fORM Page 22 of 24 ADDBNDaN NO. 4 Atu...........t No. 7 Page 22 of 23 . , DEFINITIONS s. ''808rd Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi. Texas b "EmpIoyee-. Arrf person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent contractor. c -W=-1I1n-. Any entity operated for economic gain, whether professional, industrial or commercial and whelher eatIIlIiahedt> produce or deal with a product or service, Including but not ImiIed 10, entities operated in the fojm of .. proprietorship, as self.mployed person, partnership, corporation. joint stock company, joint venture, I8C11iverShip or trust and entitles Whk:h. for purposes of taxation, are treaIed as non-profIt organizations. d "OfIciar. The Mayor, members of the City Council, City ~, Deputy City Manager, Assistant City Managers, Deparbnent and Division Heads and Municipal Court Judges Of the City of Corpus Christi, Texas. e. "Ownership Interest". legal or equitable interest, whether actually or constructiYeIy held. in a finn, including when IUCh lmerest Is held through an agent. trust, estate or holding entity. -~ held" refers m hotfing or control ...,ished through voting truists, proxies or special terms Of venture or partnership agreements. "ConIunanr. My penson or .-m, such as engineers and architecls, hired by the City of Corpus Christi for the purpose of professional consuIIation and reoommendatfon. , ~ PROPOSAL FORIC Page 23 of 24 ADDBNDQ( NO. 4 AttaohaeDt No. 7 Page 23 of 23 ACORD~ CERTIFICATE OF LIABILITY INSURANCE CSR CM HGCON-1 05 26 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 At TER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 06 PRODurpp "",an . e &;o::h , 0 3':iX 870 'I'~~~~U..~S 3:tt_iSSSt3 iNSUREr TX '7 '34 J 3 ) " 0 1711 Fax 361 i44 0101 . I~~S~~~E~S A~;;:~::~~~::::::l Ins. Co .=~e~C4#86 ..~.. 'j ','E~ e C?~~~nental Casualty Co. ~___.__ it'" Interst~t~ Fir~_~.~_asual tr.. I ____ \I';L>'ER Val1eY.l"orge Ins. Co. 20508 I I I COVERAGES I I H & G Contractors, Iue. a & G Oilfield Services P. O. Box 10706 Corpus Christi TX 78460 NSURER E 'HE P')l '.:,ES OF INSURANCf ,STED B'ccC'A ,iAVE BE", ISSuED 'HE NSlJiED '<AMEC ABOVE ,'OR -HE POLICY PE~,OD INDICATED. NOTWITHSTANDING ",,<Y ,,, C:u'REMENT TE~M C" );OND,-" If.. "I A~{' :Of..RAC "'" C"ER :."lENT WIT., '<HPEC" 'c WH'C~ THIS CE'<TIPICATE MAY BE ISSUED OR '~A Y Oi:C" M... THE INSViANCE APPORL EC S \ rh. PO,:IES '. ESe''', 'lED "1''' f", ,S SUB.JEC" AI. THE :1' '1MS. EXCL SIONS AND CONDITIONS OF SUCH ~'CJLlCE~ .:.C1GREGATE Mr':::, SHOWN 'ltA\ ~~VE SEE~ RECU'~:~O 8- :.1Ai[ i~ I,MS B TYPE OF INSURANCE GENERALLIABllITV X COMMER'Ai=NEP'I, .\f' POLICY NUMBER 06/23/05 LIMITS EACH OCCURRENCE $ 1 , 000 , 000 PREMISES (Ea occurence) $ 100, 000 I MED EXP (Anyone person) $ 5 , 000 PERSONAL & ADV INJURY $ 1, 000, 000 I GENERAL AGGREGATE $ 2, 000,000 r;;-RODUCTS - COMP/OP AGG $ 2 , 000 , 000' I --r---- L TR NSR TCP2070926033 ;LA\<lS ,.,,1A~)E X 1--- "N'LAGGRlc ..AT ,MIT .,f'F E POLICY, X q~T AUTOMOBILE ,lABiliTY _.--+-._,_.~._.__.._..__._-~_.-.- D X AN'- 'IU ALl )Wr..; SCHEDl "-c )~ X HIRED Al X NON.OW",EC HeS90 BUA2070926114 06/23/05 06/23/06 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 , ~_. I ! : BODILY INJURY I (Per person) 1.--------. ! BODILY INJURY ! I Per accldenl) f-- ! PROPERTY DAMAGE , (Per aCCIdent) S S $ GARAGE LIABILITY AN'; AU' AUTO ONL Y - EA ACCIDENT $ I ~~-- C OTHER THAN , AUTO ONLY, e:AACC AGG $ -_.__.._~~_.._-- $ s5,000,000 $5,000,000 EXCESs/UMBRELLA L1ABllIT < X aC'.IR UM016066L4 06/23/05 I EACH OCCURRENCE 06/23/06 i AGGREGATE !._-------~--- L. , I r i iA DEi' .v X RETEN1.N >5,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY :.pOPRIETORiP4R . "eR/Ex F,: i_rY-:::~i=~':MEMBER ::--\c' r'ED I" ,,",~:2scnbe dndE :::r~CC:AL PROViSIC'j': L):c:'.:"V . -.------.-- -.- - OTHER WC2070926159 06/23/05 06/23/06 , r- E L. DISEASe: - POLICY LIMIT $1,000,000 ~'--_._._- .~, 000, OOQ_ s1,000,OOO I E L EACH ACCIDENT E '., DISEASE. EA EMPLOYEE -~--+-"'---""'~"-"------'-'--'-" DESCRIPTION OF OPERATIONS / LOCATIONS i VEHICLES i EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project *6262: Cimmaron Blvd. Phase II Yorktown to Bison The City of Corpus Christi ~s named as additional insured on all General Liability and all Automobile Liability policies. Per attached endorsements. CERTIFICATE HOlDER I I I CANCELLATION CICC-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Corpus Christi Bngineering Division Attn: Angel Escobar P. O. Box 9277 Corpus Christi TX 78469 9277 @ACORDCORPORATION 1988 ACORD 25 (2001108) IMPORTANT If the certificate rlolder ;s an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsemer't. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsemRnt(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I ACORD 25 (2001toel CC)MMERCIAL GENERAL IJABILITY CG 20 10 10 0 I I HI'" L1\I)( RSI,\IE,l ( H \:-,(;ES [Hi:. 1'( lUCY PLEASE READ IT CAREFULLY \DDlTlONAL INSURED - OWNERS, LESSEES OR CONTRA( 'TORS - SCHEDllLED PERSON OR ORGANIZA nON Thl~ end()!,ement 'nlldil'ie, in ,uran~'\: pr'lvlded tinder the lnlltlwlng COMMERCI.\I GENERAL Ll/\BILITY COVERAGE PART SCHEDULE Name ,,( Person or Oruanllatldn: Clly ',ll Corpus Christl Department of Engineering 'lervlces \ttn: Contract Administratllr P () Box i) ~77 Corpu~ ChI" sti, Texas 7~~h9lj277 (If no entry appears aooh', inlormation "equlr~~d to complete thl~ endorsement will be shown in the Declaration as applicahle to thiS end(lfSemen j A Section II - \Vh(, Is ,\n Insured IS amended to include as an insured the person or organization shown in the SL'hedule hut only \\ Ith respec' to liahility arising out of your ongoing operations performed for that insured, B With respect to the illsurance afforded tll these additional insureds, the following exclusion is added: Exclu~lons Ihis insurance d.les lot apply ru "hoddy injury" llr property damage" occurring after: ,I All work.. InL'luding matenals, parh or equipment furnished in wnnection with such work, on the project (other than 'enll'e, rnallltenance "I repairs) to he performed by ,'r on behalf of the additional insured(s) at the ~Ile ill the c"velc,d operati\lIls has heen completed: or That pmt Illf) of 'Your work" out d which the injury or damage arises has been put to its intended use by any pcrslln PI nrganl/ation uther thall ~IIHlther CIlTltractor nr ,ubcontractor engaged in performing operations for a prim ipai as part ,}f the same pro!L'c! 0; 20 i (i ! \)0 Insun:d Effectl" e H & G Cuntract()rs, inc 6/2~/()5 Pol# C2070926033 t~""'''<''';) ':+ , R-;I~~*"":'~ ~ \Urhllll/ed Relre,entatl\ (' Ir./ ~.~ Managing Partner Title: COl\IMERCTAL GENERAL LIABlLlTY CG 02 05 0 I 96 r HI' FSf)( ;RSEJ\IE'\ I CH \'\tiES rt-fE POLICY PLEASE READ IT CAREFULLY TEXAS CHANGES - A.\IENDMENT OF CANCELLATION PROV~IONSORCOVERAGECHANGE This endorsement Jllo(i1fic, in ,uranu.' pnvidcd dnder the fnllowing: COMMERCIAL GE'\IER/\L Ll:\BILITY COVERAGE PART lIQUOR LlABIUTY COVERAGE PART (JWNERS AND CONTRACT( )RS PR( )TECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS! COMPLETED ()PERA nONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABiliTY COVERAGE PART In the ,vent of cancdlatlOrJ or matenal change that reduce... or restricts the in...urance afforded by this Coverage Part, we agree tll mail pnor written notice of can,dlati'Hl or matenal change to: SCHEDULE i'il:> llf Corpus Christl Dept: ()f Engineering Sen ILl'S '\.ttn Contract AdministralOI P () Box 9277 Corpus Chr.sti. TX 7:-146tPI:)77 '\Iumher 01 days advance nOliet.' THIRTY (\0) Named In...ured H 8.: G Contractors, Inl PoliC) Number C'::0709260n Effective Date of fhl' Endor'cment: hI2.\/05 AuthOlllcd Repre,enldtiv,:' ." C,.J .'j .:.~;, ~l~"'" ....'" ,\ ,Il!'f1' ","";; ";iV', ~ "d'" ~," ~......)~' -;1 Ii' .y<..,.#"" '6/> Name ,Pnntedl R M, Lee Tille (Printcd) , M~~lng Partnn CG020S dll/961 ATTACHMENT 3 lOF 3 -- TE 99 01B \DDITIONAL INSURED [hi,> endorsement 1110ill fie" Insurance pn ,\ liled IlfHler the l(lll(l~ Ing. BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement (hanges the polICY et'fectlve pn the inceptIon date of the policy unless another date is indicated below: Endorsement Effecti\ '.' Polic\! Number 6/2.1105 C2070926114 Named [nsured '" a,....~.~.:;' . ........ . '( '"-:J. c""',< (ounterslgned hy. '. ,...;;...\t~lit~V (Authoriied Representative) H & G ('untract\lP.. In,_ The pfi'visluns amJ e:\c:lu"'lnn' that appl' t(l I L\BILIT't' COVERAGE also apply to this endorsement. Additional Insured: t'lty)1 Curpus Christl. Ikpt 01 Engineering Sen Ill" \ttn: Cmtnct Admini"tratJ>1 P () BJ>x Y 277 Corpu,> Chrhti, TX 7~46l)li2-'7 is an insured, bUll>nly with r~'''pect to kgal re,pllnsibilit) tor acts ur (lrnissions of a person for whom Liability Coverage is afforded under Ihi, p'JIIC\ The additional insured I' no; reLJulredu p.l) lur any premIums stated in the policy or earned from the policy. Any return premiulll .md any di\ Idend. it ,IPplicabli. della!'l'll hy u... ...hall he raid to you You aIL' authol'l/ed ti' ael tor he additional insured in all matters pertaining to this insurance. W,. WIlt nl;1I11he ;,ddltlc)!lalll'surL'd ll(ll:n' "I '''1\ c:ann:ILltllHl "f this jl(llicy If the cancellation is by us, we will give ten days n,'llu' to the additional insured. The additional insured VI dlldall1 ;In:- 'Igh' (I ICCUVl'!'V a.,,, ciaimant under Ihis policy. FORM TE 99 01B - ADDITIONAL INSURED Texas Standard\utomobiIe Endorsement Prescribed bv March 19, 1992 ATTACHMENT 2 20F2 -.... TE 02 02A ,;\l\CELI .\TION PROVISION OR COVERAGE CHANGE ENDORSEMENT rhi~ end<lr'cmentl'llldlfic, In,urancl' [Jr' \llkd 'Imler the Il,III,v.lng nUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRliCKERS COVERAGE FORM fhis endor,ement change, the poliey etlcclive Illl the inee tion date of the olic unless another date is indicated below: Endorsemen[ EtTectiv( Policy Number 6/23100:- C2070926114 Named In,ured H & G Contract"r", In, Countersigned hy , c""""."'" ~ ;~ /j.... ,~,,;I V ;",,,r,. ;".-'1'1/'" /.,.:1. .;._ <' ct.;J' .. (Autoorize Re resentative) fHIRl Y ( \0) day~ hefllre thl' polin i, ,'anlelcd or materially ,'hanged to reduce or restrict coverage we will mail notice of the ldnu:llatlllll ur ,hange 1 ' ('1[\ '.If Corpus Chriq Depl Of En,:,:ineering ')ef\ Ice.; .\ttn: C,JntLlet Admim,tra((lr I' (J, Bl'x. 9.:77 ('orpus ,'hrl'tl. TX 7X4oll-lCn Author: led Reprl"l' ntall \c' Name ( Pn nled I Title (p,'inrc'd)' R. M. (,ee --_.._---_.._--_.__._..._~'---_._----- Mana~JIlg P~rtnl.~._____..__ _,________ FORM TE 02 02\ - ('ANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement I Ed. Effective 3/(2) ATTACHMENT 3 20F3 WORKERS COMPE~S,\ TJON \~D EMPLOYERS LIABILITY INSlJRANCE POLICY we 420601 (ED. 7 -85) I:-:X[\S Nt )TIt.[ {IF MATI:,-RIAL CHANGE ENDORSEMENT rhis endOl,ement ap~'lll'S on " tt' illl' nSUlanlC pn1\lded b\ the poliL:Y "eL:ause Texas is shown In item 1.A. of the I nfnrma t Il )J I Page In the", enl Ill' clncellalion or lther matenal L:hange of lhe polky, we will mail advance notice to the person or organization named !fllhe Schedule The nimher ..)1 days alh:mL:e notice IS shown in the Schedule. This endorsement ,hallnol op.Tale lllrectly (lr Indirectly to henefit anYlme not named in the Schedule. "chedule I. Numher Ilf days ad\am l~ notice ~() 2. ,,"otlce will he mmkd 1.' ( 'ity 'If Corpus Christ I >Cpartment uf Engineaing Services .\l1n: C\mtflct /\umilllstrat(Jr [' 0 Box 92'7 ("mflus Chn,ti. TX 7X46l)~q277 ThIS endorsement changes the policy td whidl it is attal'hed and is effective on the date issued unless otherwise stated. (The inlollnation hel<,w" required onl) whc:n thIS endorsement is issued subsequent to preparation of the policy.) Endorsl'nwnt Elfe<'ll\ ,: 6e ,/0" l'IlliL:Y No WC207()ll26 I 'ill Endorsement No. Insurallce ( ('mpan) Irdl1Sl(lntll1l'IHalllls ('0 Cllllntersigned By ,Premiupl I :'~~.... .~~.l: ~. ..1,# :.- ~.~ .",..... ,- " $ Insure! i H 8< (; ("ntrlct,'r'i. In' ,,,,;--.,,..- .4:;f. ;;?;.,"#' ' we.L' )(,1'1 '\,illlt: i Printed): R. M. Lee lEd 7 .<+ Inle If'nntt'dl Managing Partner ATTACHMENT 3 30F3 GENERAL ENDOI~SfMENT ""dill\.' "t Pe:r".n .1 I;; "ani/CIllo! .n'lIl,,'j H & G Contractors, [nc, ['ClIe tlll~ ~!l\hr'l'11le:r i wh", l'!k,'! 61.2V05 Endorsement Numher 001 P >lln '\Jumhd rCP.2070t).261~~ ___,____,_ Policy Pe:nod 6/23/05 - 6/23/06 Builders Risk / Installation Floater "-ame 'j\ '\)lnpa!!y !',uing thIS e:nd"rSl'lnent Continental Casualty Company (We: will !lll! t1l1 n thL' ahl.vC IHles, 'vc' Issue thl' endmsement after we issue your policy) In con,"kration 01 no -.:hange In premium. add lhe followlllg a, an additionallllsured: Citv uf Corpus Christi: Department of Engineering Services \tln Contract Admini ';lrat,,, P () Box 9277 Corpus Chnsti. 'IX 7~46l)-q.'-77 Should the above de,uibe:d Pdlicy he (ancc led \ir matenally changed before the expiration date thereof, the issuing company will mail ~I) Jays \~'lttcn notiCt' to thL' above: flamed r'O ; Signature t.'-ut:,.; " .., .} ",~? ./' .~'t>"'.-~iil''' !\dthorJled \gent KK -(; LlIO A. TT ACHMENT 4 10fl