Loading...
HomeMy WebLinkAboutC2006-390 - 9/12/2006 - ApprovedSP E C I A L P R O V I S I Berry Contracting S P E C I F I C A T I O N S A N D R M S O F C O N T R A C T S A N D B O N D S F O R SWEET OVERLAYS — CITY WIDE COYM, REHMET & GUTIERREZ ENGINEERING, 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 Phone: 361/991 -8550 Fax: 361/826 -1889 Email: donr@crgei.com FOR STREET DEPARTMENT CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -1881 Fax: 361/826 -1889 AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361 /880 -3500 Fax: 361/880 -3501 PROJECT NO: 6290 r9RAWING NO: STR 777 L.P. r���E o f .WIN I*: o O JOSEPH DON REHMET, i .A+` �s ..cihiTt�� Vic'° .erl�r!�• \ ' 90 1 2006 -390 09/12/06 M2006 -305 (Revised 7/5/00) STREET OVERLAYS - CITY WIDE Table of Contents NOTICE TO BIDDERS (Revised 1/5/00 ) NOTICE TO CONTRACTORS - A (Revised 2ept. 2000) Insurance Requ_rements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's :ompensation Coverage For Building or Construction Projects For Government Entities PAR? A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A -6 Time of Completion: /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials 11 17 Field Office NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds n -25 S ' Tax Exemption NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Tnsurance Requirements Damage Claims NOT USED A -28 'Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A --31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A -34 Precedence of Contract Documents A -35 : *City Water Special Requirements NOT USED A -36 `?Other Submittals (Revised 9/18/00) A -37 :Amended "Arrangement and Charge for Water Furnished by the City" A. -38 'Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate -et 8eeepa Bey (ind Final -Acep NOT USED A -40 Amendment to Section B -8 -6: Partial Estimates A -41 :Ozone Advisory A -42 -OSHA Rules b Regulations A -42 OSHA Rules & Regulations A -43 Amended Indemnif:_cation & 'Mold Harmless (9/98) A -44 Change Orders (4.'26/99) A -45 As -Built Dimensions and Drawings (7/5/00) NOT USED A 47 Prc Construction Exploratory Excavations (7/5/00 -) NOT USED A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Geotechnical Report A -51 Mobilization and Demobilization Bid Items PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 025402 SECTION 025404 SECTION 025414 SECTION 025424 SECTION 025610 SECTION 025802 SECTION 025805 Planing Asphalt Surfaces Asphalts, Oils and Emulsions Aggregate For Surface Treatment & Seals Hot Mix Asphalt Concrete Pavement Concrete Curb & Gutter Temporary Traffic Controls During Construction Abbreviated Pavement Markings DIVISION 3 - CONCRETE WORK SECTION 03002.0 SECTION 032020 SECTION 038000 Portland Cement Concrete Reinforcing Steel Concrete Structures P T T - TECHNICAL SPECIFICATIONS DIVISION 2 - SITEWORK SECTION 025220 SECTION 025410 SECTION 025412 SECTION 025416 SECTION 025426 SECTION 025809 SECTION 025613 SECTION 025816 SECTION 025818 SECTION 025820 SECTION 025828 Flexible Base - Caliche Asphalt Crack Sealing Prime Coat Seal Coat Full Depth Pavement Reclamation With Cement Treatment Thermoplastic Striping Preformed Striping & Emblems Raised Pavement Markers and Traffic Buttons Reference - Pavement Markers ( TxDOT D -9 -4200) Reference - Traffic Buttons (TxDOT D -9 -4300) Bituminous Adhesive for Pavement Marker (TxDOT D -9 -6130) APPENDIX: PAVEMENT AND SHALLOW SUBGRADE EXPLORATION, STREET OVERLAYS - BOND 2004, CITY OF CORPUS CHRISTI PROJECT NO. 6290, FUGRO CONSULTANTS, L.P., NOVEMBER, 2005. 11 LIST OF DRAWINGS SHEET # DESCRIPTION 1. i a tie Sheet 2. General Notes & Testing Schedule 3. Base Bid Items Estimated Quantities 4. Alternate Bid Items Estimated Quantities, Legend & Abbreviations 5. Williams Drive -- Exist /Prop Typical Sections 6. McArdle Road - Exist /Prop Typical Sections 7. Collihar Road - Exist /Prop Typical Sections 8. Whitecap Boulevard - Exist /Prop Typical Sections 9. Baldwin Boulevard, Calallen Drive & West Redbird Lane - Exist /Prop Typical Sections 10. Ayers Street - Exist /Prop Typical Sections 11. -13. Williams Drive Overlay Plan Sta. 1 +00 to Sta. 53 +70 14. -17. McArdle Road Overlay Plan Sta. 1 +00 to Sta. 65 +23 18. -20, Gollihar Road Overlay Plan Sta. 1 +00 to Sta. 53 +45 21. -25, Whitecap Blvd. Overlay Plan Sta. 4 +63 to Sta. 87 +30 26.-28. Baldwin Boulevard Overlay Plan Sta. 1 +00 to Sta. 43 +94 29.- 30. Ayers Street Overlay Plan Sta. 0 +50 to Sta. 26 +45 31. -32. Calallen Drive Overlay Plan Sta. 1 +50 to Sta. 25 +18 33. West Redbird Lane Overlay Plan Sta. 1 +00 to 15 +32 34. Overlay Details 35. Curb & Gutter Details 36. -38. Williams Drive Striping and Marking Sta. 1 +00 to Sta. 53 +70 29. -42. McArdle Road Striping and Marking Sta. 1 +00 to Sta. 65 +56 43. -45. Gollihar Road Striping and Marking Sta. 1 +00 to Sta. 53 +45 46. -50. Whitecap Boulevard Striping and Marking Sta. 4 +63 to Sta. 87+30 51. -53. Baldwin Boulevard Striping and Marking Sta. 1 +00 to Sta. 43 +94 54. -55. Ayers Street Striping and Marking Sta. 0 +50 to Sta. 26 +45 56. -57: Calallen Drive Striping and Marking Sta. 1 +50 to Sta. 25 +18 58. West Redbird Lane Striping and Marking Sta. 1 +00 to Sta. 15 +32 59. Pavement Marking Details 60. Reflective Raised Pavement Markings 61. -63. Williams Drive Utility Adjustments Sta. 1 +00 to Sta. 53 +70 64. -67. McArdle Road Utility Adjustments Sta. 1 +00 to 65 +22 68. -,0. Gollihar Road Utility Adjustments Sta. 1 +00 to Sta. 53+45 71. -15. Whitecap Boulevard Utility Adjustments Sta. 4 +63 to Sta. 87 +30 76. -78. Baldwin Boulevard Utility Adjustments Sta. 1 +00 to Sta. 43 +94 79. -80. Ayers Street Utility Adjustments Sta. 0 +50 to Sta. 26 +45 81. -82. Calallen Drive Utility Adjustments Sta. 1 +50 to Sta. 25 +18 83, West Redbird Lane Utility Adjustments Sta. 1 +00 to Sta. 15 +32 94. Traffic Control Plan Phases & Sequence of Work (1 of 2) 85. Traffic Control Plan Phases & Sequence of Work (2 of 2) if6. TCP General Notes & Typical 4 -Lane Roadway Lane(s) Closure - Daytime &7. Typical 5 -Lane Roadway Lane(s) Closure - Daytime 8$. -95. Traffic Control Plan for Williams Drive 96. -104. Traffic Control Plan for McArdle Road 105.--111. Traffic Control Plan for Gollihar Road 112. -128. Traffic Control Plan for Whitecap Boulevard 129. -135. Traffic Control Plan for Baldwin Boulevard 136. -141. Traffic Control Plan; for Ayers Street 142. -146. Traffic Control Plan for Calallen Drive 147. -149. Traffic Control Plan West Redbird Lane 150. -162. Standard Traffic Sheet (13) iii NOTICE AGREEMENT PODPOSAL/DISCLOSURE STATEMENT PARFORMANCE BOND PAWMENT BOND iv NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposal;, addressed to the City of Corpus Christi, Texas for: STREET OVERLAYS -CITY WIDE; consists of various thicknesses of asphalt overlays on portions of eight City streets: Williams Drive, McArdle Road, Gollihar Road, Whitecap Blvd., Baldwin Blvd., Ayers Street, Calallen Drive and W. Redbird Lane. The project base bid will include 193,055 S.Y. pavement milling, 14,650 S.Y. of full depth pavement repair, 13,980 S.Y. of full depth pavement reclamation with cement treatment, 193,055 S.Y. seal coat, 207,035 S.Y. hot -- mix - asphalt concrete pavement, 165 each valve adjustments, 189 each manhole. adjustments, 132,200 L.F. of pavement striping, 215 L.F. of minor curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Three alternate bid items are included fir construction of one - course surface treatment surface in lieu of hot mix asphalt concrete pavement on Williams Drive, Calallen Drive and W. Redbird Lane. The alternate bids will include 390 S.Y. full depth pavement repair, 43,855 S.Y. one-course surface treatment, 18,125 L.F. of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. Proposals will be received at the office of the City Secretary until 2:00 p.m** on Wednesday, August 2, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for 2:00 p.m., Tuesday, July 25, 2006 and will be Conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure tc provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subect to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms. specifications and contract documents may be procured from the City Engineer upon a deposit of One hundred and no /100 Dollars ($1.00) as a guarantee of their_ return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($15.00) which is a non- refundable postage /handling charge. The bidder is hereby eotified that the owner has ascertained the wage rates which prevail in the eacality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each daft or type of "laborer," "workman," or "mechanic" employed :_n this project, The City reserves he right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to he C ty and in the best interest of the public. ('ITY OF CORPUS CHRISTI, TEXAS is/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised 1:!'04 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE Commercial General Liability inciadinq: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard S_ Products/ Completed Operatons Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTO[+BILE LIABILITY- -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSAT ON EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY / ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & iccidental discharge; to include long -tern environmental impact for the disposal of containants $2,000,000 COMBINED SINGLE LIMIT Ci REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements CI REQUIRED X NOT REQUIRED INSTALLATION FLOATER $200,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi must be named as an additional insured on all coverages (except worker's compensar..ion liability coverage. 0 The name of the Project must be listed under "description of operations" on each certificate of insurance i� For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance pol,cy, signed by the insurer, providing the City with thirty (30) days prior writter notice of cancellation of or material change on any coverage. The Contractor shalt provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Shoul4 you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING CR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others :, roviding work or services for a City building or construction pro ec: must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) Fo provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the mai:enance guaranty perioc. :Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not trovide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which Ls attached and deemed incorporated into the project contract. Please note that under section 110.110: 1 - certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; • the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3 the Contractor i3 required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revisea 1/13/98) Page 1 of 7 CI c i C Title 2S. LNSURANCE Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES 110.110 Reporting Reauirements for Building or Construction Projects for Governmental Entities (a) The following words aatd terms, when used in this rule. shall have the following meanings, unless the context dearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate ) —= copy of a certificate of : isurance, a certificate of authority to seif- insure issued by the commission, cr a workers' compensation coverage agreement (TWCC -81, TWCC -62, TWCC -S3, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (inciuding those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction —Has the meaning defined in the Texas Labor Code, § 406.096(e)(I). (.3) Contrac :o:- -A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage— Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (S) Coverage agreement—A_ written agreement on form TWCC -S1, form TWCC -S2, form TWCC -83. of form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a rationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and e Ntablishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project— Iricludes the time from the beginning of work on the project until the work on the projec- has been completed and accented by the governmental entity. (7) Persons providing services on the project ( "subcontractor" in § 406.096 of the Act) —V ith the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or eiEities per ormine all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes out is not limited to independent contractors, subcontractors. Icing cemparues, motor <,arriers, owner- operators, employees of any such entity, or employees of any entity furnishing persoils to perform services on the project. "cervices" includes but is not limited http:J /w,w.vw test state tx us/tacl23/?I/ i i 0'TB /1 10.1 10 html rJOTICE TO CONTRACTORS - Revised 1/13/98) Page 2 of 7 8/7198 28 T. Pace 2 c.-6 to at . dine, o: deLvering equipment cr - : .is. or crzniding labor, tra_nspc st:cn or other sery ;e :o a projec :..,ce;-vices" does not L.: ::e activities elated to the roie fooa.- e e a: vendors, EEC supply deliveries, a.c ceiiver�' of portable toilets. p y� such as (8) Pr cieo — Lacludes the prevision of all services related to a building or construc -lion contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services en the project a_-e cc .'ered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that ail coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Seer -Lsura ce Regulation Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A goverrereental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, ali the provisions of pararzph (7) of this subsection, using the lUlguaee required by paragraph (7) of this subsection: (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain teem the contractor a new certificate of coverage showing extension of coverage: (A) before tee end of the current coverage period, is the contractor's current certificate of coverage slows that the coverage period ends during the duration of the project; and (B) no later than seven days artier the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5 )-retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the ce: .incates of coverage to the commission upon request and to any person entitle? °, thern oy law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts. without any additional words or changes, except those required to accommodate the specific document in which they are contained or :o irnpose stricter standards of documentation: T28S 110 I 1 O(c)(7) tbl http:// Ary. . sos state.tx us/tac :3,ZU 1 10/811 1 O 1 1 O.htrrl NOTICE TO CONTRACTORS - 3 Revised 1/13/98) Page 3 of 7 8/7/98 ::TAC 11O1.0 Page 3of6 j A contractor snail: l. ) provide coverage for its empicvees providing services on a project, .f.:: the duration of the project Cased on proper reporting of classifcz::on codes and payroll amounts and :ring of any coverage agreements; 2� provide a certificate of covera_e snowing workers' compensation coverage to the governmental entity prior to beginning work on tee project; provide the governmental entity, prior to the end of the coverage period, a new certificate of ;average showing extension of ccverage, if the coverage period shown on the contractor's current : tificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental e:ttiry will have on file certificates of coverage showing coverage for all persons providing services on e project; and C3 no after than seven days after receipt by the contractor, a new certificate of coverage showing ension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they ar e:required to be covered, and stating how a person may verify current coverage and report failure to pride coverage. This notice does not satisfy other posting requirements imposed 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 'met 19 point normal type, and shall be in both English and Spanish and any other language common to >>e worker population. The text for the notices shall be the following text provided by the conission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "Tits law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Cal the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." nttp: /A ww sos.state.tx_usltaci28/IU1 I 0/B/1 10.110_html NOTICE _O CONTRACTORS - 8 Revised 1/13/98) Page 4 of 7 8/7/98 Yage4or6 (8) cc4 nt actually rec n re °ac ^ersc❑ with whcr: :. contracts . provide services c a . roject to: vide coverage based on proper reporting of classification cotes and payrll amounts the duration (A) pro of any coverage agreements for °�:- of its employees providL^= services cn the project. of the project; (B) provide a certificate coverage to the contractor prior to that person beginning work on the :.. project; (C) include in all contracts to provide services crr, the project the language in subsection (e)(3) of this section; provide the contractor, prior to the end of he coverage period, a new certificate of coverage sowing extension of coverage, it-the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of CO��1eeof overzge ends during the coverage period, if the coverage period shown on the current duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, duration y of the ageproject and based on proper reporting of classification codes and payroll amp agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) have the following language in its contract to provide services on the project: "By signing this (} contract or providing or causing to be provided a certificate of coverage, the person signing this s contract is representing to the governmental entity that all employees of the person signing cooverage contract who will provide services on the project will be covered by workers' NOTICE TO CONTRACTORS - a Revised 1/13/96) Page 5 ct 7 http:!iv uw. sos. state.tx us/tad2S/11/110/B/1I0 1 10.htmi 8/7/98 V J L .". `. • u t rage 01 0 for tn..: curation of :.e project, that the co...era2e will be cued on proper reporting of classification codes and payroll amounts, and that all coverage agree.^.ne.nis viii be filed with the appropriate insurance carrier or, In the case of a self - insured, with the commission's Division of Self-insurance Regulation. Providing false or misleading information may subject the contractor to administrative peaaides. criminal penalties. civil penalties_ or other civil acz ons." (4)rovide the person for whom it is providing services on the project, prior to the end of the coierage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on :he certificate of coverage ends during the duration of the ct P r t; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project.. (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) *citify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within tea days after the person tmew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of a}+ coverage agreements for all of its employees 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 contracts to provide services on the project the language in paragraph (3) of this subsection, (D) ovide, prior to the end of the coverage period, a new certificate of coverage showing extension of thcoverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) oitain from each other person under contract to it to provide services on the project, and provide as required by its contract: (1) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prIpr to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http://www.sos.state.rx.usitac/28/11/1 10/B/110 1 10.htmj NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 6 of 7 8/7/98 :s tr'sl 1 :v.l iu Page 6 of 6 chsration of the contract: (F) retain ail required ce - cz:es of coverage on file for the duration of the project and for one year thereafter, (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and -i) contractually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This ruie is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Deparunent of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 40. (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate , and who are explicitly excluded from 406.097 c officers who meet the requirements of the Act, § { ) coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, partners, and corporate executive 1995, § 1.20). This subsection applies only to sole proprietors, p to self - insure officers who are excluded from coverage in an insurance policy or certificate of authority that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http: / /www sos.state.tx.usitaci2S/II/I 10B /110.1 I 0.htrni NOTICE TO CONTRACTORS - 8 Revised 1/13/981 Page 7 of 7 8/7/98 PART A SPECIAL PROVISIONS STREET OVERLAYS - CITY WIDE SECTION A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals :aill be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 ',eopard Street, until 2:00 p.m., Wednesday, August 9. Proposals mailed should be addressed n the following manner: City of Corpus Christ. City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - STREET OVERLAYS - CITY WIDE A pre -bid meeting will be held on Wednesday, The meeting will convene at the Engineering Third Floor, City Hell, 1201 Leopard Street, include a discossioe of the project element will follow. 140 additional or separate visitations will be conducted by the City. A'-2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. August 2, beginning at 2:00 p.m. Services Main Conference Room, Corpus Christi, Texas and will s. If requested, a site visit A-3 Description of Project STREET OVERLAYS- CITY WIDE; consists of various thicknesses of asphalt overlays on portions of eight City streets: Williams Drive, McArdle Road, Gbllihar Road, Whitecap Blvd., Baldwin Blvd., Ayers Street, Calallen Drive and-W. Redbird Lane. The project base bid will include 193,055 S.Y. pavement *.11ing, 14,650 S.Y. of full depth pavement repair, 13,980 S.Y. of full depth pavement reclamation with cement treatment, 193,055 S.Y. seal coat, 207,035 S.Y. hot -mix- asphalt concrete pavement, 165 each valve adjustments, 189 each manhole adjustments 132,200 L.F. of pavement striping, 215 L.F. of minor curb replacement and all associated traffic control measures in accordance with the plans, specifications and contract documents. Three alternate bid items are included for construction of one - course surface treatment surface in lieu of hot -mix asphalt concrete pavement on Williams Drive, Calallen Drive and W. Redbird Lane. The alternate bids will include 390 S.Y. full depth pavement repair, 43,855 S Y. one - course surface treatment, 18,125 L.F. of pavement striping and all associated traffic control measures in accordance with the plans, specifications and contract documents. A -4 Method of Award The njds wil. be evaluated based on the following order subject to availability off funds. she 'Parts" are bid sections for individual streets as delineated n the Proposal and as shown on sheets 3 and 4 of the Plans. Base Bid = Pat A Alternate Bid No Alternate Bid No. Alternate Bid No. -0`5- B thru Part 1 -OR- B thru Part 0 and Farts I & K -OR- B thr!i Part F and Parts I, J, & K Section A - SP (Revised 12/15/04) Page 1 of 25 The .ty reserves the _fight to reject any or all bids, to waive irregularities end t3 accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public Elanation of Proposal A description of the Base Bid and the Alternates follow. The "Parts" are bid sections for Individual streets as delineated in the Proposal and as shown on sheets 3 and 4 of the Plans. mi�Bid (Parts A, B, C, D, E, F, G & : H ling, crack sealin ) Consists of pavement repair g, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on Williams Drive, McArdle Road, Gollihar Road, Whitecap Blvd.; Baldwin Blvd., Ayers Street, Calallen Drive and West Redbird Lane. Whitecap Rivd. also contains a section of full depth pavement reclamation. Altpernate Bid No. 1 (Parts B, C, D, E, F, G, H & I): Consists of: • Parts B, C, D, E, F, G, & H Pavement repair, milling, crack sealing, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on McArdle Road, Gollihar Road, Whitecap Blvd., Baldwin Blvd., Ayers Street, Calallen Drive and West Redbird Lane. Whitecap Blvd. also contains a section of full depth pavement repair. • Part I Crack sealing, Williams Drive. one- course surface treatment, marking and striping on Altlrnate Bid No. 2 (Parts B, C, D, E, F, G, I, & K): Consists of: • Parts 8, C, D, E, F, & G Pavement repair, milling, crack sealing, seal coat and HMAC overlays, valve and manhole adjustments, marking and striping on McArdle Road, Gollihar Road, Whitecap Blvd., Baldwin Blvd., Ayers Street and Calallen Drive. Whitecap Blvd. also contains a section of full depth pavement repair. • Parts I & K Crack sealing, one course surface treatment, marking and striping on Williams Drive and West Redbird Lane. Altenate Bid No. 3 (Parts B, C, D, E, F, I, J & K): Consists of: • Parts B, C, D, E & F Pavement repair, milling, crack sealing, seal coat and HMAC overlays, valve and manhole,- adjustments, marking and striping on McArdle Road, Gollihar Road, Whitecap Blvd., Baldwin Blvd., and Ayers Street. Whitecap Blvd. also contains a section of full depth pavement repair. • Parts I, J & K Crack sealing, one - course surface treatment, marking and striping on Williams Drive, Ca lal ien Drive and West Redbird Lane. A -5 Items to be Submitted with Proposal The following item;; are required le be submitted with the proposal: Section A - SP (Revised 12/15/04) Page 2 of 25 1. 5% Bid Bond (Must reference Project Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of interests Statement Time of Completion /Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling fox construction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into phases. The Contractor may complete the individual phases in any order of his /her preference. The order will be presented with the Contractor's initial schedule submittal. No major work may begin on a phase until the previous phase is complete and a final inspection conducted. However, the Contractor may commence work items such as mobilizing onsite and lowering manholes for a following phase when the previous phase is judged to be 95% complete by the Director of Engineering Services (City Engineer). Time duration for construction is allocated for each phase, and if work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration for each phase is not transferable. The working time for completion of the entire Project will be 540 calendar ct...Ys_ Each phase of the Project shall be completed within the number of calendar days allocated below. The start of the initial phase is delineated by the Notice To Proceed. Start of subsequent phases will be delineated by the erection of Traffic Control Devices and first day of traffic diversion. The phases and their respective working times for completion are shown below. Phase 1. . Streets Whit cap Blvd. Baldwin Blvd. Ayers Street Gollihar Road McArdle Road Williams`' Drive Calallen Drive W. Redbird Lane Deys Allocation for Rain: Days From Start of Each Phase 125 Calendar Days 125 Calendar Days 230 Calendar Days 60 Calendar Days The Contractor shall anticipate the following number of work days lost due to • twin in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construct:on was such that there was an impact detrimental to the construction schedule. Section A - SP (Revised 12/15/04) Page 3 of 25 January 3 Days Ma February 3 Da ys May 4 Days September 7 Days June 4 Days October March 2 Days Jul 4 Days April July 3 Days November 3 Days 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 54 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each phase, as described above_ The Contractor shall commence work within ten receipt of written notice from the Director of (1 En days receipt Se after gin designee ( "City Engineer ") to proceed. Services or For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work for each phase and the tots' contract duration, or after such time other provisions of this Contract, period as extended pursuant to $400.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof The Director. of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor fro. the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Covera•e If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers` compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, the any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or ;anceilation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor anc wall bE assessed and paid even if the permitted time to -omplete rhe Proj ha; not expired. In accordance with othe requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor. and the !'ity Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section E -2 of the General Provisions. Section A - SP (Revised 12/15/04) Page 4 of 25 A -9 Acknowledgment of Addenda The Contractor sha appropriate space interpreted as non- proposal, fail -are t non - receipt, iould responsible bidder. '.1 acknowledge receipt of provided in the proposal receipt. since addenda can acknowledge receipt, and have an adverse effect A -10 Wage Rates (Revised /00) all addenda received in the . Failure to do so will be have significant impact on the a subsequent interpretation of when determining the lowest Labor preference and wage rates for HEAVY & HEAVY AND HIGHWAY CONSTRUCTION. In case of conflict, Contr ctor shall use higher wage rate. Minimum nimrun Prevailing Wage Scales The Corpus Christ" City Council has determined the general prevailing minimum hourly wage rates for Nueces Count }, Texas as set out in Part C. The Contractor and any subcontractor roust not pay less thar the specified wage rates to all laborers, workmen, and mechanics Employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification o_ work performed. The Contractor and each subcontractor must keep an accurate record showing the names and :classifications of all laborers, workmen, and mechanics employed by them in cor ❑sect _on with the Project and showing the actual wages paid to each worker. The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will. also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half ;1) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section 3 - -1 Definition of Tears, and Section B -7 -6, Working Hours.) A: 11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by ising Dig Tess 1 -800 -344 -8377, the Lone Star Notification Company at 1- 800 -669- 8344, and the Southwestern Belt hocate Group at 1- 800 -828 -5127. For the Contractor's convenience, the following telephone numbers are listed. City Engineer Project: Engineer J. Don Rehmet, P.E.,.i Coym, Rehmet Gutierrez Engineering, .P. 5656 S. Staples, Ste 230 Corpus Christ, Texas 78411 Phone: (361) 991 - 855) Fax: 361) 933 -7569 Emai i : _ionr @crgei_ . com Traffic Engineering Police Department Water Department Wastewater Department 880 -3500 991 -8550 380 -3540 382 -1911 857 -1880 857 -)818 (880 -3140 after hours) (880 -3140 after hours) Section A - SP (Revised 12/15/04) Page 5 of 25 Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services A E S P City Street Div. for Traffic Signal /Fiber Optic Locate Time Warner Cabievision ACSI (Fiber Optic) KMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPRCCK (Fiber Optic) Brooks Fiber Optic :MAN) Regional Transportation Authority Calailen ISD Corpus Christi ISD Del Mar College St. Pius X School U.S. Postal Service TxDOT Area Office -11 Maintenance of Services 885-6900 857 -1881 880 -3461 851 -1970 299 -4833 881 -2511 85?-1946 881-9200 81a-1124 881 -5767 512/935 -0958 972 -753 -4355 289 -2712 242 -5600 886 -9005 698 -1259 992 -1343 886 -2216 808 -2384 (885 -6900 after hours) (880 -3140 after hours) (693 -9444 after hours) (1- 800 - 824 -4424, after hours) 857 -1960 857 -5000 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall rake all precautions in protecting existing utilities, both above and below Ground. The Drawings show as much information as can be reasonably obtained rom existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information s not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his eperat.ons tc preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the even, drawings, the utilities back damage tc underground utilities, whether shown in the Contractor shall make the necessary repairs to place the in service to construct the work as intended at no increase in the Contract prise. P11 such repairs must conform to the requirements of the company or agency that owns the utilities. Where Existing sewers are encountered and are interfered with (i.e. cut, etc.), tow must be maintained. by the Contractc_.i either by connection into other sewers or by temporary pumping to a sat.sfact>ry outset, all with the approval of the City Engineer. Sewage or other iquie must not be pumped, bailed or flumed over the streets or ground surface and Conrra .tor. must pay for all fines and remediation that may result i i sewage )r other i iquid contacts the streets or ground surface. It is the 'ontrictor's responsibility to make all necessary repairs, no or Sewage or other liquid must be broken, handled relocations and adj us! ment s to the satisfaction of the City Engineer at increase in the C hl . :ac- `:ric:e Mater_iais for repairs, adjustments relocations of sewer s =rviee lines must be provided by the Contractor. A -13 Area Access and Traffic Control Sufficien teal: e cort roi measures must be used to assure a safe condition and to provide a minimam of inconvenience to motorists and the public. Section A - SP (Revised 12/15/04) Page 6 of 25 The ,Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The :ontracto: shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. Azl oasts €or traffic contra- arc considered subsidiary-; the fere, no dircct payment_ will be made to Contractor. -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain or the Project site or adjoining streets. kl5 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material .hat detracts from its appearance or hampers the growth of grass All - xisting - t,cttc and asphalt wit All necessary rcrn is ine g - -- but not limited to pipe, driveways, de. a'ks etc., are to be c nsidcred subsidiary to thc bid item for "Street $tceavation "; therefore, rye- direct payment will bc made to Contractor. 14-16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the rite by the Contractor. The cost of all hauling is considered subsidi::ry; therefore, no direct payment will be made to Contractor. Ar17 Field Office NOT USED Thc Contractor must -- - urrrish the—Ci-ty Engineer or his representative with a icld officc at the construction site. The field efficc must contain at least b20 square feet of useable space. The field office must be air conditioned mod— heated and must bc furnished with an inclined table that measures at 1ca.t 30" -x 70" and twe {2) chairs. Thc Contractor shall move thc field office on the site as requ eeei- by thc City Engineer or his representative. The field office - Ist be- furnished with a telephone (with 24 hour per day Section A - SP (Revised 12/15/04) Page 7 of 25 answering service) and FAX machine paid for by thc Contractor. Thcrc is no sc�Narate pay i -tort for thc field office. A -I8 Schedule and Sequence of Construction To Minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into phases. The Contractor may complete the individual phases in any order of his /her preference. The order will be presented with the Contractor's ini ial schedule submittal. No major work may begin on a phase until the previous phase ds complete and a final inspection conducted. However, the Contractor may commence work items such as mobilizing onsite and lowering manholes for a following phase when the previous phase is judged to be 95% complete by the Director of Engineering Services (City Engineer). Time duration for construction is allocated for each phase, and if work in that phase .s lot complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration for each phase is not transferanle. The working time for ? ompletion of the entire Project will be 540 calendar day*. The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into consrtruction of each phase and tasks included in each phase. This plan must detail the schedule of work for each construction phase and shall be structured to meet all of the requirements specified in Section A -6 "Time of Completion /Liquidated Damages", and must be submitted to the City Engineer at least three (3) workinc days s r prio._ to the pre - construction meeting. The Contractor shall furnish a Construction Schedule for the following phases of work. Each phase of the Project shall be completed within the number of calendar days allocated below. The start of the initial phase is delineated by the Notice To Proceed. Start of subsequent phases will be delineated by the erection of Traffic Control Devices and first day of traffic diversion. The phases and their respective working times for completion are shown below: Phase Streets 1. Whitecap Hlvd. 2. Baldwin Blvd. Ayers Street 3. Gollhar Poad McArdle Read Williams Drive 4. Days From Start of Each Phase 12`, Calendar Days 125 Calendar Days 230 Calendar Days Calaiien Drive 60 Calendar Days W. Redbird Lane Section A - SP (Revised 12/15/04) Page 8 of 25 The plan must also ndicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre - Construction Meeting an initial Construction Progress Schedule tor review. 2. items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence, and in :,uch manner as shall be the most conducive to economy of construction, subjec- to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A -6 "Time of Completion /Liquidated Damages" and as noted above B. The schedule ct construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor steal; coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that wi1 occur during the period of the Contract. A -1.9 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout, will be provided by the City >r Consultant Project Engineer. The Contractor shall furnish al.] lines, slopes and measurements necessary for control of the work. If, during construct on, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City' or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. Section A - SP (Revised 12/15/04) Page 9 of 25 if, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and propose°, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. ad- verification the liecn3cd in the state of Tcxa3- retained and paid by the Contractor. The Third Pauly R.P.L.S. shall be appr vcd by the City prior to any work. Any permits. Fob rowing is the minimum scho4rrle of documentation required: Streets: Al 7 curb returns at point of tangcncy/point of circumference • etr Wastewater: • All intersecting lines in manholes; • easing elevations top of Water: • 'Valves vault:, rim/ • °sing a , ns 4tep of pipe Stormwatcr: • All rim /invert clevati no •- All ' • at manholes; De to o ,op of pipe and flow linc) (TXDOT and RR permits). A-4 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the (ity. In the event that any test fails, that test must be done over after cprrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -2k Project Signs The Contractor must furnish and install 3 Project signs as indicated on the following drawings. Attachment T) The signs must: be installed before construot:an begins ant will be maintained throughout the Project period by Section A - SP (Revised 12/15/04) Page 10 of 25 the Contractor. The location of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christ: in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise it the manner hereinafter set forth: 1. Owned 2 (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (( ) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Section A - SP (Revised 12/15/04) Page 11 of 25 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, prccurement, and subcontract payments, and any other rnoretary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.O% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Joint Vente.re: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is tc perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.O% of the work Minority members of the joint venture must have financial, managerial, or technical skills in the work to be performed by the joint venture. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor it from project to project for the sole purpose of meeting the Contractor' s percentage is prohibited. q. Compliance a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, Section A - SP (Revised 12/15/04) Page 12 of 25 the _ontrzctor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall Gart icipa ion. information a required. 114 -23 Inspection Required :Revised 7/5/00) The Contractor chail— assure thc appropriate building inspections by the *Aiding -1- speetion Divisi -efe at thc various intervals of werk for which a s r -q+H — d - -and to assure a final inspection after thc building is e a t- e4 -_,ed ready for eecupancy. Contractor must obtain the Ccrtifi atc of gete.ipaptetyfelpla4i able. Section B -6 -2 of the General Provisions is hereby amended in that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water /wastewater meter fees and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 o the General Provisions is changed to read as follows- "No surety will be accepted by the City from any Surety Company who now in defaelt or delinquent on any bonds or who has an interest it any Litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. I performance and payment bonds are in an amount in excess nt ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the Sty Attorney 'oat the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (100) of the Surety S ampany's capital and surplus with reinsurer(s) authorized to do business trt the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer(s capital and surplus. For purposes of this section, the amount of allowed ,capital and surplus will be verified through the State Board of Insurance as cf the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas, Each>ond most be executed by the Contractor and the Surety. For :ontracts n excess of $100,000 the bond must be executed ay. urety company that is certified by the United States Secretary of he Treasury or must obtain reinsurance for any liability in excess of Y100,000 from a reinsurer that is certified oy the United states Secretary of the Treasury and that meets all r. °he above requirements. The insurer or reinsurer must be listed in .e F'ederl Resister as holding certificates of authority on the date the nand was issued." A7-25 Sales Tax Exemption (NOT USED) -metitte B Tax Exempt ieir P-rovision, is deleted in its cntircty and the fellowing aubs--ti- e-t -e,1 in lice- thereof. Gent—facts t-e i- apr-oyemcntc to real property awarded by thc City of Corpus Gftrioti do no: qua-1-±4- fie- exemption, of Sales, Fxcice, and Use Taxes unlco -c tkc Contractor e- } -ee:9- -to operate under a separated contract as defined by Section 3.2-9-q rap r zax -NekT, niotration e €-Title 34, Public Finance of Section A - SP (Revised 12/15/04) Page 13 of 25 the Texas Administrative Code, or such other rulga or regulatieris as may be If thc Contractor cleats to operate under a separate contract, he shall: 1. Obtair - the se -ees sary - sales 2. Identify in the appropriate Other Charges" in the proposal form 3. t suppliers. 1. Provide thc City with copies proposal value of materials. must pay for all Sales, Excise, Subcontractors for sales tax cxemptiono if the subcontractor with thc above requirements. re-51c certificate to the i ^Macs a resa1esecrtifieate -i;o---114- supplier. A -2f Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mall prior written notice of cancellation or material change to: The C ntractor must issue a 1. Name. City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. 3. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a :ertLficate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract.. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an Section A - SP (Revised 12/15/04) Page 14 of 25 additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a of the Contract, the Contractor shall obtain an endorsement to his _.overage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death a'_ any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or it connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. Ar27 Responsibility for Damage Claims NOT USED Paragraph (a} Gcncral Liability of Section B 6 11 f thc Ccncral Provision,, is amended to include: r. City finally accepts thc Project or work. Builder's Rink or Installation be an "All Risk" form. Contractor must pay all additional- insured on Ar28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the ien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the iaim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized pary, specifying all current assets and liabilities. Section A - SP (Revised 12/15/04) Page 15 of 25 A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the lity Engineer makes this determination may include the following: 1. The Superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent ;hall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot a� :t as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. Th@ Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. S written approval of field administration staff is a re E 's obligation to execute a contract for this Project. If such approva City l not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B -7 -13. A -3 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 1• A list of the major components of the work; A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5 The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation wilt be required If the Contractor, is an MBE. I f the responses do not clearly show that MBE participation will meet the requirements above, Section A - SP (Revised 12/15/04) Page 16 of 25 the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requfreme:lts but that meeting such requirements is not reasonably possible 6 A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by tie City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve ali proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to tie City Engineer at the pre- construction conference; 8. Documentation required pursuant to the Special Provisions A -28 and A -29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A -35 -K, if applicable. 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 PP'licy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders, which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-2 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the ontract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the Section A - SP (Revised 12/15/04) Page 17 of 25 City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarize himself completion of the Project_ Failure obligation to carry out the provisions attend the Pre -Bid Mee tin referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is reminded to in Special Provision A -1. A-'4 Precedence of Contract Documents In case of conflict rn the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence the construction, plans, fourth precedence will be given tolthe Standard Specifications and the General Provisions will be given last precedence. the event of a Confl Let between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, AS'M specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions plans, referenced specifications, Standard Spec PP at onls,, a d stGeneral Provisions, ;.n that order. -. City Water Facilities: S ecial Requirements (NOT USED) n -i — - to -per-f-e-fiwi-i9-q- Ce :ttae-te— his --s- have on they City Water -- Bepa- rtmcnt GE— efttation operated by—m- operator faeklkt y t City Water Department. €-.— Wat Q i a ,s =ter deli-ver water of all timcs —_ he Cont. —the eb- -s t o and— Department to prot -ee +--+ he quality - —the water. A-1-1-' materials -- an-d --- iu pm — 4 tatior ,-- �cin:,ta- i- 1otion, Section A - SP (Revised 12/15/04) Page 18 of 25 other items, which could come into contact with potable water, must conform to American National Standards Institute /National Sanitation Foundation (ANSI /NSF) Standard 61 as described in the Standard = Thc Contractor - _ _. _ - -- h copics of written pr-eof of ANSI /NSF Standard 61 approval for all materials which could come into contact with potable mater. a =_ All trash gcncratcd by thc Contractor or his employcec, agents, or subcontractors, must bc contained at all times at thc water facility cite. Blowing trash will not bc allowed. Thc Contractor shall kcc,p work daily. C. Contractor shall provide telcphoncs for Contractor personnel. 11. Working hours will bc 7 :00 A.(1. to 5:00 P.M., Monday thru Friday. Contractor must not must • J. A.14- Conti must be clearly labeled with company name. No private employee perconncl must be in contractor employees company vehicles. During working hours, s other than for required work or as directed by City Watcr Department personnel during emergency ei=acuatiorn. Contractor Qualifications SCADA (BUPERVI ACQUISITION) Amy work to thc compu be-- performed only by work incli}dcs, but is not limited to, modifications, additions, changes, selections, furnishing, installing, connecting, programming, customizing, debugging, calibrating, or placing in ope-r -en-- all hardware and /or s ftwarc spccificd or required by these spec" Section A - SP (Revised 12/15/04) Page 19 of 25 Thc C ntraetor or } -s subcontractor prepesing to perform the SCADA 1. He is regularly engaged in the computer based - menitoring a� control system business, preferably as- applied to thc municipal water and wastewater industry. and eomplexity as required in three prior pr j 4, He has been act here in for at lest 5 4, He employs a Systems Engineer, or perform the work this Contract on at lest pc of Work spccificd — He maintain. -a service facili maintain, repair, specified herein. -7 He shall furnish manufacturer to not practical, all equipment product of one manufacturer. Prior perf rmancc at Plant will bc used b programs The- Contractor shall g course in confirm ccific computers, RTUC's, and permanent, eolibratc -, equipment fully staffed and equipped and program thc systems whieh is the- product of ono required, to add SCADA system. the in the of a giveft type w411 bc the O. N. Stevens Water Treatment evaluating which Contractor or new work for this Project. produce all filled out preg-Eammi-ng h w the programming as needed and thcso two systems to the- existing City City requires to bc filled in cer with all changes madc during phase. Thc attached sheet is an example and in- tended to show all of thc required sheets. The 1- Trenching Requirements All Plant shall number of existing shall be allowed on the project. at the O. N. Stevens Water Treatment a backhoc or hand digging duc to the A -3i Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and Section A - SP (Revised 12/15/04) Page 20 of 25 sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent. Drawing sheet and detail number(s), and specfica -ion Section number, as appropriate, on each submittal form d Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents.. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: Contractor must revise and resubmit submittals as required tpy City Engineer and clearly identify all changes made since previous submittal. Distribution; Contractor must distribute copies of reviewed submittalE: to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to oomply with provisions. 2. Samples: The ;ontractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City "-Engineer's selection. 3. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A.37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6-15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at Section A - SP (Revised 12/15/04) Page 21 of 25 pre- construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A.38 Worker's C- nsation Covera•e for 8uildin• or Construction Pro'ects for Government Entities The requirement of "Notice to Contractors 'B'" are incorporated by reference in this Special Provision. A -09 Certificate of Occu an and Final Acce tance NOT USED General Provisions and Requirements for Municipal Construction Contracts Section B -8 -6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worKsite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite A -1 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. A -4 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and or jobs. A-44 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, a'- torneys, and agents Y, its officials, liability whatsoever from a negligent act or omission of thelcity, its officials, employees, attorneys, and agents that directly or indirectly causes injury to An employee of the contractor, or any subcontractor, supplier )r material man. Section A - SP (Revised 12/15/04) Page 22 of 25 J, -44 Change Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order- (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. ]x-45 As -Built Dimensions and Drawings (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A 46 Disposal of Highly Chlorinated water (7/5/00) NOT USED 1 be responsible for thc disposal of water used for flushing in an approved manner. Contaminants high levels of chlorine, will be used for thc permissible limits for discharge into sensitive thc is water, particularly •t lands or environmentally to comply with t ail water used in the project. I . rare e h Contractor --a chlorinated water. for dioposa) of of all regulatory agencies in thc disposal of 's sanitary sewer system A -47 Pre - Construction Exploratory Excavations (7/5/00) NOT USED ma expose all cxioti project and Contractor vertical and horizontal 1 oati n of each pipeline For existing pipelines which parallel p ►posed pipclincs of the projee , exiting pipelines at a maximum of 300 theft accurate horizontal and ver. t.} -3.E. shall survey the exact and are within ten feet (1-0 ' ) of Section A - SP (Revised 12/15/04) Page 23 of 25 Contract r shali then prcparu a- to thc City for approval iheticating the Owner of pipelines exc. -va -tee( a -n4 surveyed, ac well as the apOroximate station thereof, distance to thc pavcmcnt eenterliae and elevations of -t-hc top of exi ►t-eaete ' —shall r tee-- construction work en the project until all * ..,vo od -te --the- E.n cer - E- er-ae y-- cxcavati no shall be -paid all his awn for on a lump Sum basis. Any pavcmcnt y excavations shall be paid for according to untii price of pavement patching. Contractor shall provide cy work effort -f -ft& A -1B Overhead Electrical Wires (7 /5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. ,ontractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipmen+ and with regard to ensuring that no damage to existing overhead electri gal wares or face Cities ;>ccurs Contractor shall nis work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Song overhead lines are shown in the construction plans, while others are not. It shall be the c'ontractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A- Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B -8 -11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity " A -5 Geotechnical Report A geotechnical report entitled "Pavement and Shallow Subgrade Exploration, Street Overlays Bond 2004, CLty of Corpus Christi Project No. 6290 dated NoveMber, 2005 by Fugro Consultants L.P., is included as an Appendix to the Technical Specifications. The report is for contractor's information only. A -5J Mobilization and Demobilization Bid Items Mobilization and Demobilization Bid Items shall not be greater than 8% of the total bid cost for each PART (Street). 60% of the bid item will be paid upon mobilization and 40% will be paid upon completion of the street section. Section A - SP (Revised 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL FORM PROJECT: STREET OVERLAYS - CITY WIDE; PROJECT No. 6290 QWNER: CITY OF CORPUS CHRISTI ANGINEER: COYM, REHMET & GUTIERREZ ENGINEERING, L.P. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 25 of 25 3/8" N () `t N 3/8" 0 U) 1 1/2" 1 ' -2 1/8" 1' -10 1/2" 2' -0' 2' -O" 4' -0" Attachment 1 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TEXAS Construction Type: HEAVY Caunty(ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY (ies) : NUECES SAN PATRICIO SIJTX2052A 12/01/1987 CA*PENTERS (Excluding Form Sett ing) CONCRETE FINISHER ELECTRICIAN LABORERS: Common Utility POOER EQUIPMENT OPERATORS: Backhoe Motor Grader Rates $ 9.05 7.56 13.37 5.64 7.68 9.21 8.72 Fringes 2.58 WELDERS -- Receive rate prescribed for craft performing op+ ration to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii) . In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.Y Has there been an initial decision in the matter? This can be: * en existing published wage determination * 4 survey underlying a wage determination General Decision Number: TX030122 02/25/2005 TX122 State: Texas Construction Types: Heavy and Highway Counties: Nueces, San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; ba +cule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Modification Number Publication Date 0 01/28/2005 1 02/18/2005 2 02/25/2005 SUTX2005 -007 11/09/2004 Rates Fringes Asphalt Distributor Operator...$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker $ 9.36 0.00 Bulldozer operator. $ 10.90 0.00 Carpenter $ 10.71 0.00 Concrete Finisher, Paving $ 12.18 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber $ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $ 12.55 0.00 Flagger $ 7.17 0.00 Form Builder /Setter, Structures$ 11.47 0.00 Form Setter, Paving & Curb $ 9.65 0.00 Foundation Drill Operator, Truck Mounted $ 15.32 0.00 Front End Loader Operator $ 10.05 0.00 Laborer, common.... $ 8.35 0.00 Laborer, Utility $ 9.09 0.00 Mechanic $ 13.17 0.00 Motor Grader Operator, Fine Grade $ 13.78 0.00 Motor Grader Operator, Rough$ 15.00 0.00 Pipelayer ...$ 9.00 0.00 Roller Operator, Pneumatic, Self - Propelled $ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel /Tamping ....$ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement $ 9.49 0.00 Scraper Operator $ 9.67 0.00 Servicer .$ 10.75 0.00 Structural Steel Worker $ 14.00 0.00 Truck driver, lowboy -Float $ 14.15 0.00 Truck driver, Single Axle, Heavy $ 11.39 0.00 Truck driver, Single Axle, Page 1 of 3 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage pa rent data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Page 3 of 3 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 12TH day of SEPTEMBER , 20 06, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Contracting LP dba Bay Ltd. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $5,110,082.40 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: STREET OVERLAYS - CITY WIDE PROJECT NO. 6290 (TOTAL BASE BID: $5,110,082.40) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof Agreement Page 1 of 2 P P O P O S A L F O R M 0 R STREET OVERLAYS - CITY WIDE DEPARTMENT OF' ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Proposal Form PROPOSAL Place : C o e CAN r ■ s4r ; Date: ?-llo -0(0 Proposal of 1.3 lf Car�rae�'n �..P VW:t I3w1 l-4,A. a Corporation organized and existing under the laws of the State of OR a Partnership or individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, ani necessary equipment, and to perform the work required for: STREET OVERLAYS - CITY WIDE 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 II III IV ITEZ►'I QTY & UNIT Description Unit Price Total 11pRT "A" - WILLIAMS DRIVE A -1 1 L.S. Mobilization and Demobilization, complete and in place per lump sum. A -2 $1(0)000.0o $ j4.) 000. 00 28,350 Milling 3"-6", complete and in S.Y. place per square yard. $2.t,0 $`73)1►O.00 A -3 A -4 45 S.Y. Full -Depth Pavement Repair, complete and in place per square yard. S (,o.o0 $21 00. o0 28,350 HMAC Overlay(2"), complete and S.Y. in place per square yard. A -5 $ c•10 $ 2LoYZo.00 28,350 Seal Coat, complete and in S.Y. place per square yard. A -6 $1.90 $S3�gloS.00 15 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. A -7 $2 S-40. Do 31)S 04.0o 10 Each Adjust Existing Storm Sewer Manhole, complete and in place per each. -8 $12 oo.zo 2 Qoo.00 13 Each Adjust Existing Water Valve, complete and in place per each. $ (o oo• oo $ 13,0o o.00 A -9 1 Each Adjust Existing Gas Valve, complete and in place per each. $ ► o•o.o0 $ ( 0 00.00 Proposal Form Proposal Form II III IV v ITEM QTY & UNIT Description Unit Price Total lRT "A" - WILLIAMS DRIVE (Copt' d) A -10 2 Each Adjust Existing Phone Manhole, complete and in place per each. Adjust Existing Traffic Signal Box, complete and in place per each. $2.4i00.00 $ S l000. oo $ ,C, 0.00 $ t cVED, oo A -11 3 Each A -12 9,660 L.F. Reflective Pavement Mrk TY1 (4" White Broken), complete and in place per linear foot. $ p.SS $ S3►3.o0 A -13 3,720 L.F. 2-Reflective Pavement Mrk TYI (4" Yellow Solid), complete and in place per linear foot. $ 1. 0 0 $ 2. a. o 0 A -14, 720 L.F. Reflective Pavement Mrk TY1 (8" White Solid) Turn Lane @ Int., complete and in place per linear foot. $ I. S 0 $ I.OB o . oo A -15 14.5 L.F. Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. $ ii.,00 $ 1S gS.00 $11.00 $ DI 0 o. o0 A -16 300 L.F. Prefab. Reflective Pavement (24" Yellow Solid), complete and in place per linear foot. A -17 7 Each Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. $2. o.00 $ 17So.00 Proposal Form II QTY & UNIT III IV Description Unit Price Total PVT "A" - WILLIAMS DRIVE (Cont' d) A-18 I 8 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $140. 00 A-19 00 6 Each Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each A -20 155 Each $ g0. O. $ togo.00 Raised Reflective Pavement Mrk (TYII -A -A) Yellow, complete and in place per each. $ 7.4-0 $ 1t(1. 0 A -21 125 Each Raised Reflective Pavement Mrk (TY1 -C) White, complete and in place per each. A -22 $7,4.0 $ 915.00 260 Reflective Pavement Mrk (TYI) L.F. (W) (10' CROSSWALK), complete and in place per linear foot. A -23 1 L.S. $3 W..o0 $ 8' 8 if- 0. 0 0 Traffic Control, complete and in place per lump sum. $ k3 000.00 $ 4'i Oao. o0 SUBTOTAL PART "A" - WILLIAMS DRIVE (ITEMS Ai -A23) $ SSq,3(.s.Do B - MCARDLE ROAD B -1 1 L.S. Mobilization and Demolition, complete and in place per lump sum. $15;0,00.00 $ IS 000.00 Proposal Form Froposa.; Form II III IV ;pm QTY & UNIT Description Unit Price Total 4RT "B" - MCARDLE ROAD (Cont'd) -2 35,130 S.Y. Milling 3"-6", complete and in place per square yard. $2, ‘o $g11.1538.00 3-3 495 L.F. Asphalt Crack Sealing, complete and in place per linear foot $ S.00 $ 2.4-13.00 B-4 3,250 S.Y. Full-Depth Pavement Repair, complete and in place per square yard. $35.(3o $ 113)-7,50.00 B-5 35,130 S.Y. Seal Coat, complete and in place per square yard. $ 1.90 $ (.10241.0 0 B-6 35,130 S.Y. HMAC, Overlay (3-1/2"), complete and in place square yani. $ IS•Io $ 53:1-710.00 B-7 23 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $2500.00 $ G, Foo.00 J B-8 20 Each Adjust Existing Storm Water Manhole, complete and in place per each. $22-oo..or• $ 144, 000. 424 B-9 26 Each Adjust Existing Water Valve, complete and in place per each. $ 14)00-00 $1(.500o.00 B-1O 3 Each Adjust Existing Gas Valve, complete and in place per each. $1O0o.o0 $ 3000.00 B-i1 1 Each Adjust Existing Phone Manhole, complete and in place per each. $2Soo.00 $2.8op.00 Froposa.; Form Proposal Form II III IV v TEM QTY & UNIT Description Unit Price Total. ART "B" - MCARDLE ROAD (Cont' d) 3-12 14 Each Adjust Existing Traffic Signal Box, complete and in place per each. $640.00 $ `t).'a.00 H -13 10,950 L.F. Reflective Pavement Mrk TY1 (4" White Broken), complete and in place per linear foot. $ 0•5 5" $ bo 21..go B -14 5,995 L.F. Reflective Pavement Mrk TY1 (4" Yellow Solid), complete and in place per linear foot . Reflective Pavement Mrk TY1 (4" Yellow Broken), complete and in place per linear foot. $ O.S 5 $ 324"7. ZS $ p.SS $ 3159'.'76 B -15 .5,745 L.F. B -16 1,890 L.F. 2-Reflective Mrk TY1 (4" Yellow Solid), complete and in place per linear foot. $ i• i o $ 2 o 7ct. 00 B -17 765 L.F. Reflective Pay Mrk TY1 (8" White Solid) Turn Lane @ Int., complete and in place per linear foot. $ I. To $ 1141. So B -18 300 L.F. Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. $ 11. oo $ 13c o. oo B -19 50 L.F. Prefab. Pavement Mrk (24" Yellow Solid), complete and in place per linear foot. $ 0. Oo $ S3 o• oo Proposal Form Fr000sal Form ` I II III Iv v 1TEM QTY & UNIT Description _ Unit Price Total MpRT "B" - MCARDLE ROAD (font' d) 3 -20 6 Each Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. $2So•oo $ 1600, c o B-21 14 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $ %80.00 $ 252,0 , o0 B -22 6 Each Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each. $ I% o. oo $ k,go .O0 B -23 205 Each Raised Reflective Mrk ('TYII -A- A) Yellow, complete and in place per each. $ 7.4.0 $ I51'7.00 B-24 140 Each Raised Reflective Pavement Mrk (TYI-C) White, complete and in place per each. $ 7.4.4 $ 10 3b.00 B -25 840 L.F. Reflective Pavement Mrk (TYI) (W) (10' CROSSWALK), complete and in place per linear foot. $ 3y.,00 $ 1815 (o a•oo B-26 40 L.F. Remove and Replace Curb & Gutter, complete and in place per linear foot. $140.0,0 $ S'(000. oq B -27 1 L.S. Traffic Control, complete and in place per lump sum. $` %, 000.00 $ ei5o00• op SUBTOTAL PART "B" - MCARDLE ROAD (ITEMS Bl -B27) $ I)Oc15j 115 • Q0 Fr000sal Form T "C” - GOLLIHAR ROAD C -1 II III Iv v E! QTY & UNIT Description Unit Price Total T "C” - GOLLIHAR ROAD C -1 ! 1 L.S. Mobilization and Demobilization, complete and in place per lump sum. $ IS 000.00 $ (S.) peo.00 , C -2 27,020 S.Y. Milling 3 " -6 ", complete and in place per square yard. $ .. po $ a1i p(9o. 00 C -3 395 L.F. Asphalt Crack Sealing, complete and in place per linear foot. $ Soo $ 197S.00 C -4 2,240 S.Y. Ful Z -Depth Pavement Repair, complete and in place per square yard. $ 2R. o0 $ L1 '72 0.00 C -5 27,020 S.Y. Sea Coat,omplete and in place per square yard. $ 1.90 $ S'1)33 %.00 C -6 27,020 S.Y. HMAC Overlay (3 "), complete and in place per square yard. $ I3.4o $ 62-)36$. 00 C 7 23 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $25 -0o..o $ 8'7 Soo. 00 C -8 16 Each Adjust Existing Storm Water Manhole, complete and in place per each. $2200.40 $ 3Sil...oa „O0 C-9 `r 17 Each Adjust Existing Water Valve, complete and in place per each. $ J 000. oo $ 17) 0 0 0. o a Proposal Form Pr000sa', Form II III Iv v !'EM QTY & UNIT Description Unit Price Total RT "C" - GOLLIHAR ROAD (Cont'd) C -10 3 Each Adjust Existing Gas Valve, complete and in place per each. $1000.00 $ ) 000. 00 C -11 9 Each Adjust Existing Phone Manhole, complete and in place per each. $2800.00 $ 2.S,,0.00 C -12 9,110 L.F. Reflective Pavement Mrk TY1 (4" White Broken), complete and in place per linear foot. $ O. Ss $ Solo, So C -13 3,505 L.F. 2-Reflective Pavement Mrk TY1 (4" Yellow Solid), complete and in }lace per linear foot. $ j. to $ 3$55.50 C -14 170 L.F. Reflective Pavement Mrk TY1 (8" White Solid), complete and in place per linear foot. $ 1. SS $ 2..(0.N. So C -15 655 L.F. Reflective Pavement Mrk TY1 (4" White Solid), complete and in place per linear foot. $ p.SS $ 3coo• LS C -16 25 L.F. Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. $ (\s 0.0 $ 27S. 00 C —i7 1 Each Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. $ 2So.00 $ Z s'P. o0 C -8 2 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $ Ige,.o,o $ 14.o.00 Pr000sa', Form I II III IV V I'M QTY & UNIT Description Unit Price Total !ART "C" - GOLLIHAR ROAD (Cont' d) C -19 100 Each Raised Refl. Pvmt. Mrk. (TYII- A -A) Yellow, complete and in place per each. Raised Reflective Payment Mrk (TY1 -C) White, complete and in place per each. $ l,�ko $ '7 4,a.00 $ 7.x.0 $ $ G t . o, C -20 115 Each C -21 290 L.F. Reflective Pavement Mrk (TYI) (W) (10' CROSSWALK), complete and in place per linear foot. $ 34.. oo $ `tgbo. ao $ �-o. Oo $ l X4.00. oo C 22 10 L.F. Remove and Replace Curb and Gutter, complete and in place per linear foot. $ �`��000oo $ St 000. oo C--23 1 L.S. Traffic Control, complete and in place per lump sum. SUBTOTAL PART "C" - GOLLIHAR ROAD (ITEMS C2 -C23) $ 7 $9)2,$ (9.15 PtT "D" - WHITECAP BLVD. D -1 1 L.S. Mobilization and Demobilization complete and in place per lump sum. $ I9,00o. 0.0 $ t qj o 00,00 D2 40,170 S.Y. Milling 0 " -3 ", complete and in place per square yard. $ 2.2.0 $ )311314+.4)0 D- 3 13,980 S.Y. FDR (Full Depth Reclamation), complete and in place per square yard. $ S.00 $ .c 9oo.00 II III IV ITEM QTY & UNIT Description Unit Price Total MIUIT "D" - WHITECAP BLVD. (Cont'd.) D -4 3,860 S.Y. Full -Depth Pavement Repair, complete and in place per square yard. $ 2 3. o o $ $ $j'7 $o,00 D -5 40,170 S.Y. Seal Coat, complete and in place per square yard. $ 1.9'c. $ 7(011. op 6 13,980 S.Y. Prime Coat on FDR Base, complete and in place per square yard. $ ®, So $ Cqcto. o 0 D -7 54,150 S.Y. ! HMAC Overlay (2- 1/2 "), complete and in place per square yard. $ 11.30 $ Col% 7 ctS, .po D -8 15 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $ z Iron. oo $ 91 000. o.o D -9 30 Each 2 Each Adjust Existing Water Valve, complete and in place per each. $10.6.00 $ 3o 000. o0 D -10 Adjust Existing Gas Valve, complete and in place per each. $ 1000. 0o $ 20oo. o0 D -11 4 Each Adjust Existing Traffic Signal Box, complete and in place per each. $(060.00 $ ?. (.' o. 0 0 D -12 14,760 L.F. Reflective Pavement Mrk TY1 (4" White Broken), complete and in place per linear foot. $ Q. SS $ 73 it 2 . o0 EH II QTY & UNIT III IV Description Unit Price Total 1RT "D" - WHITECAP BLVD. (Cont' d) D -13 100 L.F. 2-Reflective Pavement Mrk TY1 (4' Yellow Solid) , complete and in place per linear foot. $ 1. 10 $ 11,o. 00 D -14 13,800 L.F. Reflective Pavement Mrk TY1 (4" Yellow Solid), complete and in place per linear foot. $ o.ss D-15 2,100 L.F. Reflective Pavement. Mrk TY1 (8" White Solid), complete and in place per linear foot. $ (.so $ 3Iso.00 D -16j 12,2.20 Reflective Pavement Mrk TY1 (4" L.F. White Solid), complete and in place per linear foot. $ 0.55 $ col It. 0 0 D -17 30 L.F. Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. D -18 $ (1600 $ 330..00 1 Each Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. $ ZSo.00 $ 2S o. 00 D - I9 2 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $ I S0.00 $3coo.00 D -20 2 Each Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each. $ I $o• 00 $ 3c.o. o0 Proposal Form I II III IV v STEM QTY & UNIT Description Unit Price Total RiRT "D" - WHITECAP BLVD. (Cont' d) D-21 200 Each Raised Reflective Mrk (TY1 -C) White, complete and in place per each. $ 7.40 $'o. oo D -22 33 L.F. Remove and Replace Curb & Gutter, complete and in place per linear foot. $ r4o.00 $ 4.k.10. 0. D-23 1 L.S. Traffic Control, complete and in place per lump sum. $ ofo00.0,,, D1 -D23) $ 3.0 ®00, 00 $ I� ¢�g1)49 E.� SUBTOTAL PART "D" - WHITECAP BLVD. (ITEMS PtT "E" - BALDWIN BLVD. E -1 1 L.S. Mobilization and Demobilization, complete and in plae per lump sum. $ I2J000.00 $ I)jopo• 00 E-2 27,900 S.Y. Milling 3 " -7 ", complete and in place per square yard. $),. (,o $.72,5 L4o.00 E -3 1,280 L.F. Asphalt Crack Sealing, complete and in place per linear foot. $ S.00 $ L404.00 E- 4 1,820 S.Y. Full. Depth Pavement Repair, complete and in place per square yard. $2.4, O0 $ L(-7, 32 -0.00 E -5 27,900 S.Y. Seal Coat, complete and in place per square yard. $ t . i o $ S3_,010• 00 Vrnnnc� Farm ITEM II QTY & UNIT III IV Description MART "E" - BALDWIN BLVD. (Cont' d) E -6 1 27,900 S.Y. Unit Price Total HMAC Overlay (3 "), complete and in place per square yard. $ 13.00 E -7 114 Each $ 1(72. 7 00. 00 Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $ 2..t0oo,00 $ 3 b 00.00 E -8 ! 7 Each Adjust Existing Storm Water Manhole, complete and in place per each. $ 12. o o. 0 0 $ I Sl'4-a o. 00 E -9 i 17 Each Adjust Existing Water Valve, complete and in place per each. $ l o•oo.OQ $ I7.) ooa.00 E -10 ; 2 Each Adjust Existing Gas Valve, complete and in place per each. E -11 6 Each $ 10*o.op 200o. 00 Adjust Existing Traffic Signal Box, complete and in place per each. $C(oo.00 $ 39‘o.00 E -12 7,540 Reflective Pavement Mrk TY1 (4" L.F. White Broken), complete and in place per linear foot. E -13 3,280 L. F. 0.Ss $ 00 Reflective Pavement Mrk TY1 (4" Yellow Solid), complete and in place per linear foot. Q.55 E -14 3,280 L.F. $' o oo Reflective Pavement Mrk TY1 (4" Yellow Broken), complete and in place per linear foot. 0, SS $ (8o*. Oo Proposal Form ITEM QTY & UNIT Description IV Unit Price Total *ART WE - BALDWIN BLVD. (Cont'd) E -15 1,530 L.F. 2- Reflective Pavement Mrk TY1 (4" Yellow Solid) complete and in place per linear foot. $1. \o E -16 800 L.F. Reflective Pavement Mrk TY1 (8" White Solid), complete and in place per linear foot. $ 1693, 00 $ 1.SS $ %').'f o. 00 E-17 305 Prefab. Pavement Mrk (24" White L.F. Solid), complete and in place per linear foot. $ i1. oo E -18 3 Each $ 3SSS..o0 Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. $ ISO. 00 $ '75o.00 E -19! 4 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $ I o. o0 $ ?2_0.00 E-20 Each Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each. $ 80.00 $ '3 to o , 00 E -21 1.30 Each Raised Reflective Pavement Mrk. (TYII -A -A) Yellow, complete and in place per each. $ 7.140 $ 9�L 00 E -22 100 Raised Reflective Pavement Mrk. Each (TY1 -C) White, complete and in place per each. $ ?.'0 $ 74,a. 00 Proposa- Form II III ITEM QTY & UNIT IV Description *ART "E" - BALDWIN BLVD. (Cont' d) E -23 345 L.F. E -24 115 L.F. (Reflective Pavement Mrk (TYI) ( YI) (W) (10' CROSSWALK), complete and in place per linear foot. Unit Price Total $ 34. Do $ h)130. o0 Reflective Pavement Mrk (TYI) (W) (40' CROSSWALK), complete and in place per linear foot. $ '_.00 $ Q' 30,00 E -25 117 L.F. Remove and Replace Curb & Gutter, complete and in place pez linear foot. $ t4-o. op Ib,380.co E -26 ; 1 L.S. Traffic Control, complete and in place per lump sum. )00.0.o0 SUBTOTAL PART "E" - BALDWIN BLVD. (ITEMS El-E26) PtT "F" - AYERS STREET F -1 1 L.S. Mobilization and Demobilization, complete and in place per lump sum. $ 11.1000.00 F -2 18,980 S.Y. $12,004..00 Milling 3 " -7 ", complete and in place per square yard. F -3 3,090 S.Y. $ 2-•8o $ 53J 04 *. 00 Full -Depth Pavement Repair, complete and in place per square yard. F -4 18, 980 S.Y. Seal Coat, complete and in place per square yard. $ -777 2.So. o0 $171(.0.oa Proposal Form Proposal Form II III IV v EM QTY & UNIT Description Unit Price Total 411RT "F" - AYERS STREET (font` d) F -5 18,980 S.Y. HMAC Overlay " erla} (3 ), complete and in place per square yard. $ 13.) o $ Z4.%)09.00 F -6 9 Each Adjust Existing Sanitary Sewer Manhole, complete and in place pez each. $2‘°°'0o $13,4 -oo. o0 F -7 3 Each Adjust Existing Storm Water Manhole, complete and in place per each. $ 21oo.oa $ (030A. o0 $ looc400 $ I5 o*o.on F -8 15 Each Adjust Existing Water Valve, complete and in place per each. $2800.0o $ (& 000. o a F -9 5 Each Adjust Existing Phone Manhole, complete and in place per each. F -10 4,710 L.F. Reflective Pavement Mrk TY1 (4" White Broken), complete and in place per L.F. $ 0. 55' $ 2SQo. So F -11 3,960 L.F. Reflective Pavement Mrk TY1 (4" Yellow Solid), complete and in place per L.F. $ O. SS $ Zl ?S. 00 F -12 3,960 L.F. Reflective Pavement Mrk TY1 (4" Yellow Broken), complete and in place per linear foot. $ o•SS $ 2-17$, 00 F -13 160 L.F. Reflective Pavement Mrk TY1 (8" White Solid), complete and in place per linear foot. $ 1,5r $ 2 *Q. 00 Proposal Form IV QTY & UNIT Description Unit Price Total RT "F" - AYERS STREET (Copt' d) F -14 975 L.F. Reflective Pavement Mrk TY1 (4" White Solid), complete and in place per linear foot. F -15 75 L.F. $ 0.55 $ 53‘.2-5 Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. $ 11.00 F -16 2 Each Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each. F-17 1 2 Each F -18 F-19 $ 2.Sb. 00 $ Soo. o0 Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. $ lgo. o0 $ 2 Each Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each. 108 Raised Reflective Pavement Mrk Each (TYII -A -A) Yellow, complete and in place per each. F -20 63 Each $ D. 00 $ 340. 0 $ ?. 4o $ 794.2 0 Raised Reflective Pavement Mrk (TY1 -C) White, complete and in place per each. $7•1-Fo F -21�155 L.F. Reflective Pavement Mrk (TYI) (W) (10' CROSSWALK), complete and in place per linear foot. $ 3't-.00 $ SZlo. oo -22 1 L.S. Traffic Control, complete and in place per lump sum. $? OJ 000.Oe 30,000.00 Proposal Form QTY & UNIT Description Unit Price SUBTOTAL PART "F" - AYERS STREET (ITEMS F1-F22) $ 5 3too3. PA "G" - CALALLEN DRIVE G-1 1 L.S. Mobilization and Demobilization, complete and in place. per lump sum. G-2 9,725 Milling 0"-3" complete and in S.Y. place per square ya/d. —4 G-3 300 Full Depth Pavement Repair, S.Y. complete and in place per square yad. G-4 9,725 Sea] Coat, complete and in Y. place per square yali. $ 11) 0.0 co. 00 G-5 9,725 HMA(. Overiay +2"), complete and in place pei square yard. G-6 4 Each G-7 4 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. Adjust Existing Storm Manhole, complete and per each. Each Adjust Existing complete and in place Water in place $ lLoo,00 $ 12-Oa. oo $ Tt Do. 00 r op 0 Fri urn $ 100o.cx, $ (090. ocs QTY & IT4 UNIT IV Description Unit Price Total PAR" "G" - CALALLEN DRIVE (Cont' d) (14 -10 2,190 L.F. Eacit 2-Retlective Pavement Mrk TY1 4" Yellow Solid), complete and in pace per linear foot. $ go $ 9 4-2. oo Raised Reflective Pavement Mrk (TYII-A-A) Yeliow, complete and in pace per each. $ 9.o 1; $ Vg. oo Reflective Pavement !Ark. (TYI) ,W) 10' CROSSWALK), complete and n place per linear foot. $ '4-19.0o •$ o. 00 Trafic Sont/ci, complete and in p.ace per lump sum. $)1)000.00 $ SUBTOTAL PART "G" - CALALLEN DRIVE (ITEMS G1-G13) "H" - W. RED BIRD LANE $ 19' ii4) 5 2-2-54 H-1 1 L.S. Mobilization and Demoldlization, compete and in H_ac( per lump, 3um. H-3 , /8( (: .Y. 125 000.00 $ oo. 00 Milling 0'1-3', complete and in place per square yard. s -Do $ ISio0oo Asphalt Crack Sealing, complete and in place per linear foot. $ S. 00 $ on H-4 45 S.Y. Full Depth Pavement Repair, complete and in place per square yard. $ So. $ 2.2.50,D.o OpOSa 1 Fc m Description P11ItT "H" - W. RED BIRD LANE (Copt' d. H -5 5,780 S.Y. 5, 780 S.Y. Sea! Coat, complete and in place per square yard. HMAL Overlay (2 ") , complete and in place per square yard. H -7 Each Adjust Existing Sanitary Sewer Manhole, complete and in place per each. $ 2 Lo0.00 Each Adjust Existing Storm Water Manhole, complete and in place per each. $ 00..0 Adjust Existing Water Valve, complete and in place per each. 1 $ 1 ,000.0, 1,310 2-Reflective Pavement Mrk TY1 L.F. (4" `Fellow Solid), complete and in place per linear foot. $ t o J L.F. Refl ctive Pavement Mrk TY1 (8" White Solid), complete and in place- per linear foot. 0 L.F. Pref.ib. Pavement Mrk. (24" White SoliJ), complete and in place per - Linear foot. $ IS,00 Prefab. Pavement Mrk. (Word) "ONLY ", complete and in place per Each. Proposal Form I II III IV ITEM QTY & UNIT Description Unit Price Total PT "H" - W. RED BIRD LANE (Cont'd) H-14 _ Each T- 1Prefab. Pavement MIk. (Arrow) Right Turn, complete and in place per each. $2+0.0. $ 480.00 sa40,00 $ 4-20,00 H-15 4.. each 4 Pretab. Pavement Mrk. (Arrow) Striight, complete and in place per each. f H-16 35 Each Rai';ed Reflective Pavement Mrk (TYI-A-A) Yellow, -:omplete and in place per each. $ 9, 53o $ $ Li-(9. o. $ SS2-0.O0 H-17 120 I.F. t Ref.ective Pavement Mrk (TYI) (W) (10' (:ROSSWALK), complete and in place per linear foot. H-18 1 L.S. Traific Contnd, complete and in place per lump sum. $ (O 000-90 $ 1 0) 000. o 0 SUBTOTAL PART "H" - W. REDBIRD LANE (ITEMS H1-18) $ 0...0)5tq 4 , 0 TOTAL BASE BID (PARTS A, B, C, D, E, F, G & H) $ S 110 } 0442.4o J Proposal Form QTY & UNIT DEDUCTIVE ALTERNATE BID ITEMS Description Unit Price ALTERNATE BID ITEM PACT "I" - WILLIAMS DRIVE I-1 1 L.S. T 'Mobilization and !Demobilization, complete 'place per lump sum. 1-2 45 S.Y. Full-Dept i-1 Pavement Repair, complete and in place per square yard. 1-3 28,350 One Sourse Surface Treat S.Y. complete and square yard. 1-4 0,660 L.F. in place Reflective Pa\ White Broken), place per n rk TY1 (4" ete and in oot. I-5 3,720 L.F. 2-Reflectiv (4" Y llow in p ace avement Mrk TY1 old), complete and r linear foot. tive Pavement Mrk TY1 (8" Solid) Turn Lane @ Int., o plete and in place per inear foot. 1-7 14 Prefab. Pavement Mrk (24" White Solid), complete and in place per linear foot. $ 515% Oo 300 Prefab. Pavement Mrk (24" L.F. Yellow Solid), complete and in place per linear foot. ,,,,LIDosal Form $ 11.0 0..0-0 II III Description AERNATE BID ITEM PT "I" - WILLIAMS DRIVE (Cont' d. ) Prefab. Pavement Mrk (Word) "ONLY ", complete and in place per each 8 Each Prefab. Pavement Mrk (Arrow) Left Turn, complete and in place per each. 6 Each Prefab. Pavement Mrk Right Tura, complet� place per each. IV Unit Price To to in $ I BO. o0 (7o. .00 $ I L44o. op $ I go.00 $ I ogo. o-o 155 Raised Ref_iec� avement Mrk Each (TYII -A -A) Ye complete and in place per Rais (TY pia $ 7.1( -o $ tl 4i. oo f ective Payment Mrk ite, complete and in r each. $ V%. 4-0 QZS .00 Re" ective Pavement Mrk (TYI) (10' CROSSWALK), complete and zn place per linear foot. $ 8840.00 Traffic ControL, complete and in pace per lump sum. $ 45ooa.a0 $ J00o. op TOTAL ALTERNATE BID ITEM PART "I" - WILLIAMS DRIVE (ITEMS 11-115) $ ILV go.00 Froposal Form AIOERNATE BID ITEM PT "J" - CALALLEN DRIVE J-1 1 L.S. J-2 Mobilization and Demobilization complete and in place per lump sum. 300 jul1-Depth Pavement Repair, S.Y. 'complete and in place per square yard. $ 12)000. oo J - 3 9,725 One Course Surface Trea complete and in place er square yard. —4 10Pr J-4 2,10 2 :1 -Reflective Pave n Mrk TY1 L.F. (4" Yellow S 1 omplete and in place per foot. J-5 C 0.00 $2-00 0 .0 0 • 0 0 $ 19, 000.00 $ 194.50—&o $ -3 4-2- o 9 Each Raised :efle ive Pavement Mrk (TYI- -A) ellow, complete and e 'er each. J-6 75 L.F. -7 $ 9.90 $ S900 ctive Pavement Mrk (TYI) (10' CROSSWALK), complete d in place per lump sum. $ 4-6 . $ .4-50.1Do Traffic Contioi, complete and an place per lump sum. $ I 1100 0. 00 $ I ki000.00 TOTAL ALTERNATE BID ITEM PART "J" — CALALLEN DRIVE (ITEMS J-1 — J-7) $ sa 4-3 0 00 P roDo Lz al Fcrm 11 QTY & UNIT Description IV V Unit Price Tota ALTERNATE BID ITEM PT "K" — W. RED BIRD LANE K-1 1 L . S. K-2 K-3 K-4 K-5 K-6 K-7 Mobilization and Demcbilization, complete and in place per lump sum. $ S000 00 $ 5000. oo 280 Asphalt Crack Sealing, complete L.F. . and in place per linear foot. 0 o $ 1400.00 S.Y. Full-Depth Pavement Repai comFlete and in place square yard. 780 .$ 4, 0. $ 2700. 00 One ..2ourse Surfac complete and in square yard. 11. atment, per $ 2..oD $ 11 Stoo.00 1,310 2-Reflective F L.F. (4" Yellow S in pl.ce p vement Mrk TY1 lid), complete and Linear foot. $ 1 . so $ 1 359, o o ive Pavement Mrk TY1 (8" solid), complete and in e per linear foot. 0 0.7 K-8 2 Each $ 2.40 $ (91.00 Pref,ib. Pavement Mrk (24" White Solid), complete and in place per inear foot. Prefab. Pavement Mrk (Word) "ONLY", complete and in place per each. 1 r °pos. 1 Form $ 15.00 $ 4450.op $ O. 00 $ 0.000. 0.0 II QTY & UNIT Description IV Unit Price AIERNATE BID ITEM PAfT "K" - W. RED BIRD LANE (Copt' d . ) K -9 2 Each j Prefab. Pavement Mrk (Arrow) Right Turn, complete and in place per each. $ 4-f9o.00 K -10 2 Each ;Prefab. Pavement Mrk (A Straight, complete a per each. ace $14-o. oo K. -11 $ Each !Raised Reflect (TYII -A -A) Yel in plac- per • avement Mrk complete and c 343.00 K -13 e Pavement Mrk (TYI) ' CROSSWALK), complete place per linear foot. $ 44-(4. DO $ 2,o.00 Traf fic Control, complete and in place per lump sum. A $ 1 0,000.00 $ 11) O0° . 0 0 TAL ALTERNATE BID ITEM PART "K" - W. RED BIRD LANE (ITEMS K -1 - K -13) $ 4-409 3.0 0 froposa] Form BID SUMMARY TOTAL ALTERNATE BID NO, 1 (PARTS E. C, D, F, F, G, H & I ALTERNATE BID NO. PARTS B, C, D, BID NO. 3 (PARTS B, C, D, E, F, I, & K) Proposal Form $__ L+) C n) Ss 4. 4-0 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the _`c ntract o._ . 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 faithful 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 tc become the property of the City of Corpus Christi ri the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the Tity 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 kid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prep red in nit less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 540 calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all matetiais and dc) 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. Receipt o the fallowing addenda is acknowledged (addenda number): 1 2. - IF BIDDER IS Corporation) Respectfully submitted: Nam- � n (,-„ A (S I GNL�A ) By: Address: al ck pit (P.O. Box) (Street) C or r'fi.4,% T�t� 1 4 Vb R (City) (State) (Zip) Telephone: ) L ►- 29 '372t NOTE: Do not detach bid from :Jther papers. Fill in with ink and submit comrlet, with ;ttacb'd pa( -»rs. Propcs<31 Form (Revised August 2000) The Contractor will commence work within ten (10) calendar days from date t Bey receive written work order and will complete same within 540 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay _.on :ra_:tor in current funds for performance of the contract in a - 'cordance progresses. Signed in above A?2EST City Secretary with the Contract Documents as the work parts at Corpus Christi, Texas on the date shown APPROVED AS `�AS TO GAL F RM: By : ti,V Y 1 kAL Asst City Attorney (If Corporation) ( l Below) If Person signing for ation is not President, copy of authoril'ation CITY OF CORPUS CHRISTI Ronald F. Massey, Asst, City Mg pf Public Works and Utilities 1 By: /wee An Escobar, P.E. 7' ector of Engineering Services CONTRACTOR Beery Contracting LP dba Bay Ltd. Tittle 9 1v-tn ,5e. P.O. BOX 9908 (Address) CORPUS CHRISTI, TX 78469 (City) (State) (Zip) 361/299 -3721 * 361/693 -2882 (Phone) (Fax) Agreement Page 2 of 2 OT fth AUTNOWIL crf0 P E R F O R M A N C E B O N D BOND NO. 929337368 STATIC OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT Berry Contracting LP dba Bay Ltd. of NUECES County, Texas, hereinafter called "Principal ", and CONTINENTAL CASUALTY COMPANY a corporation o- -TganI zed under the laws of the State of ILLINOIS and duly authorized to do business in the State of Texas, hereinafter called "Surely ", are `field and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter :ailed "C,ty ", in the penal sum of FIVE MILLION, ONE HUNDRED TEN THOUSAND, EIGHTY -TWO AND 40/100($5,110,082.40) �t DOLLARS, lawful .. money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind uurse_ves, cui heir:, executors, administrators and successors, joirty and seve.-ally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi_, dated the 12TH of SEPTEMBER , 20 06 , a copy of which is heret<_ attached find made 1 part hereof, for the construction of: STREET OVERLAYS - CITY WIDE PROJECT NO. 6290 (TOTAL BASE BID: $5,110,082.40) NOW, THEREFORE, if ehe principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then, this obi gation shall be void; otherwise to remain in full force and effect, PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, o- t_ the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation or this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the ierms or the eontract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is elven meet the requirements of Article 5160, Vernon's Civil Statates ef Texas, and other applicable statutes of the Stat,e of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be Aelieered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. .19-1, Vernon's Te>.as insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shalt be deemed an original, this the 26TH day of SEPTEMBER , 0 06 PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. 0. L.„ - E. 4% YiNnap. Print Name & Title) ATTEST 7-)0,eit/rd& tta/nvryLd2k cretaru A ---T-,arninei( Print Name' SURETY 'ONTINENTAL CASUALTY COMPANY AT tornene tact il‘1,2Y ELLEN MOORE N-ime dins* Apra t of the Sumo for of 40oelow andftervice at'proe Agency: Contadt Person: AddreAte: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORE P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Phone 'Amber: 361-883-1711 (NOTE: Date Pert-oima2e B. d :o pric: .ate of contract) (Revised 9/02) ertmarlce P.ord Page 2 ot STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. 929337368 KNOW ALL BY THESE PRESENTS: THAT Berry Contracting LP dba Bay Ltd of NUECES County, Texas, `iereinafter called "Principal ", and CONTINENTAL CASUALTY COMPANY a corporation organ :zed under the laws of the State of ILLINOIS and duly authorized to Jo business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter oallect "City", and unto all persons, firms and corporations si.pplytng labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of FIVE MI Obi, ONE HUNDRED TEN THOUSAND, EIGHTY -TWO AND 40/)0($5,110,082.40) DOLLARS, lawful money of the United States, to be paid in Nuecs County, Texas, for the payment of which sum well and truly `c re made we bind ourselves, our heirs, executors, administrators and successors, -jcyntiy and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered :nto a certain contract with the City of Corpus Christi, dated the 12TH day SEPTEMBER , 20 06 , a copy of which is hereto: attached xnd made a part hereof, for the construction of: STREET OVERLAYS - CITY WIDE PROJECT NO. 6290 (TOTAL BASE BID: $5,110,082.40) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, co_rporaticns and claimants supplying labor and material in the prosecdtao.n of the work provided for in said contract and any and all duly authorized modification of said contract that may Lerernafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in foil force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall ie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extensi on of time, alteration or addition to the terms of the contract, o:: to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation an this bond, and it does hereby waive notice of ary such change, extension of time, alteration or addition to tine terms o the ;ontract, or to the work to be performed thereunder. Payme:'_ Thrs bend Is crven T0 :net tne requirements of Article 5160, Vernon's r:ivil Stat tes c Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", s, used hereir are acc.rdance with and as defined in said Article, The undersigned agent rs hereby designated by the Surety herein as the Agent Resident lh Nueces County to whom any requisite notices may be deli-ere d and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. Vernon Texas insarahce Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of whicn shall . 0b27,0A7emed an original, this the 26TH day of SEPTEMBER PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. P r 1- Name Tit1P- ATTEST S r", O. esss 1,f1,46e. SURETY 2ONTINENTAL CASUALTY COMPANY Y ttorney,'•,--i'n- fact IARY ELLEN MOORE The n co e an service of process is: deg in Nu County/ Twas, for Agency: WANTNER & ORDON INSURANCE AGENCY Contact Person: MARY ELLEN MOORE Address: p_o_ BOY 870 CORPUS CHRISTI, TEXAS 78403 Phone Number: 361-383-1711 • NOTE: Dam Payme,17 Bon MU r of contract) (Revised 9/02) yment AcoRo CERTIFICATE OF LIABILITY INSURANCE PR DULE? Swantner 6 Gordon Ins Agcy -C:: P. O. Box 870 Corpus Christi TX 78403- -0870 Phone :361- 883 -1711 Fax :361 -344 -0101 INSURED Bscry Contracting, LP b' dirt Bay , Ltd . P. 0. Box 4858 Corpus Christi TX 78469 -4858 OP ID NI BERRY -4 DATE (MM/DD /YYYY) 09/26/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A Zurich American Insurance Co. INSURER B Steadfast Insurance Company NSURER C INSURER D INSURER E COVERAGES ( #55) THE POLICIES OFINSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR UD'4 --`` LTR rNSRd TYPE OF INSU NCE POLICY NUMBER GL02988700 -06 POLICY EEFFECTNE DATE (F MIDOM!) 05/20/06 POLICY EXPIRATION DATE (MMJDO/YY) 05/20/07 LIMITS EACH OCCURRENCE $ 1,000,000 A A A GENERA LIABILITY X ■ CCOIMERCIAL GENERA,_ LIABIL TY UAMAat I HtNI tU PREMISES (Ea occurence) $ 50,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 X XFC,U, Included PERSONAL &ADVINJURY $ 1,000,000 X CTItrac tual Incl GENERAL AGGREGATE $ 7 5,000,000 , GEN'L AGGREGATE LIMIT APPLIES PER POL ICY X -I PRO- POLICY I JECT LDC PRODUCTS - COMP /OP AGG $ 5,000,000 A A A AUTOMOBILE LIABILITY BAP2988702 -06 i 05/20/06 05 /20/07 / LIMIT COMBINED accident) accident $I/ 1,000,000 X ANY AUTO ALL OWNEL AUTOS SCHEDULED ALTOS X~ HIRED AUTOS BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ X , NON -OWNED ALTOS PROPERTY DAMAGE (Per accident) t GARAGatLIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN ACC $ AUTO ONLY AGG $ B EXCES'IIJMBRELLA LIABILITY V j UMB9298608 -06 V 05/20/06 05/20/07 / EACH OCCURRENCE $ Y 5,000,000 X OCCUR CLAIMSMADE I DEPUCTIBLL X i R NTION $ 10 r Q Q O AGGREGATE $ 5,000,000 $ $ $ A T WORKERS C ENSATION AND / EMPLOYERS' BILITY i ANY PROPRI R/PARTNER /EXECUTIVE WC3504558 -05 TX /OS OFFICER /MER EXCLUDED If yes, describe -fi�nnder it SPECIAL PROi�;lONS below 05/20/06 05/20/07 Y OTH X TO SLIM S ER / E L. EACH ACCIDENT $ 9r' 1,000,000 E L DISEASE - EA EMPLOYEE $ 1 , 000 , 0 00 E.L. DISEASE - POLICY LIMIT $ 1 , 0 0 0 , 0 0 0 B OTHER Pollut4n ICPL5336131 -02 05/20/06 05/20/07 EachClaim 1,000,000 DESCRIPTION OF ATIONS ( LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS See notepad for additional coverage information. Ref: Street Overlays - City Wide Project No. 6290 V City of Corpus Christi D t. of Engineering Servi ces At : Contract Administrator P. 0. Box 9277 CO*pus Christi TX 78469 C I CO -CC V/ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO l'HE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 f DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 50 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AU WED RE EI! T E / ©ACORD CORPORATION 1988 Additional Insured as required by written insured contract in favor of the Certaficate Holder applicable. to General Liability, Auto Liability & Umbrella policies. Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, General Liability, Auto Liability & Umbrella policies. Work Comp Includes USL&H, OCS and Maritime at $1,000,000. General LiAbility is primary & non-contributory where required by written contract. ZURICH- AMERICAN INSURANCE GROUP COOM ERCIAL INSURANCE LIABILITY INSURANCE Ins nEe for this coverage part provided by: 2 CH AMERICAN INSURANCE COMPANY Thislndorsement changes the policy. Please read it carefully. COVERAGE CHANGE ENDORSEMENT COMMERCIAL GENERAL LIABILITY COVERAGE PART v7 ASSURED ENDORSEMENT IT UNDERSTOOD AND AGREED THAT COVERAGE AS PROVIDED BY THIS POLICY IS EXTENDED TO IN ADDITIONAL ASSURERS AS REQUIRED BY WRITTEN CONTRACT EXECUTED BEFORE LOSS iiNG THE ASSURED TOITAIN THIS AGREEMENT FROM UNDERWRITERS BUT ONLY IN RESPECT OF W PERFORMED BY OR ON *HALF OF THE NAMED ASSURED HEREUNDER. THIS POLICY IS PRIMARY WI OUT CONTRIBUTION WH REQUIRED BY WRITTEN CONTRACT. THIS ENDORSEMENT SHALL NOT OP TE TO INCREASE THE LIMIT OF LIABILITY. Berry Contracting, LP dba Bay, Ltd. May 20, 2006 - 2007 Zurich kn*ican Insurance Company QA 298870- 06 U- GL-I i3 -BUI (04139) if ADDITIONAL INSURED This endorsement modifies insurance provided under the following: This endorsement than; es the Endorsement Effective May 20, 2006 Named Insured •4 lic 1 Berry Contracting, LP dba Bay, Ltd. BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM effective on the inc don date of the • . he Policy Number BAP2988702 -06 Countersigned by TE 99 OJB unless another date is indicated below: (Authoriz Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. 0, Box 9277 Corpus Cirri, TX 78469 -9277 is as insured, but only with respect to legal responsibility for acts or omissions of a person for Offorded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. !f the cancellation is by us, we will give ten days notice to the additional insured. g The additional insured will retain any right of recovery as a claimant under this policy. whom Liability Coverage is from the policy. Any return IoRM TE 99 01B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART f LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART lne event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: THIRTY (30) Naffed Insured: Berry Contracting, LP dba Bay, Ltd. Poly Number: GLO 2988700- 06 Efitive Date of This Endorsement: 05/20/06 Nate (Printed): R. M. Lee Tit$(Printed): Managing Partner G0105 (01/96) TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Thin endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM ement changes the policy effective on the inception date of the policy unless another date is indicated below: .• �"`. - Policy Number BAP2988702 -06 ailed besured Contracting, LP dba Bay, Ltd. Countersigned by (Authorized Representative) (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice cancellation or change to: City of Corpus Christi Dept. OfEngineeri g Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Auto Representative: nil' N led): Titl ' ed): FOIJ TIC 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective: 3/92) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) TEXAS NOT]CE OF MATERIAL CHANGE ENDORSEMENT 'finis endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the )formation Page. %the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization sinned in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 w Notice will be mailed to: City of Corpus Christi Department of Engineering Services Mtn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. information below is required only when this endorsement is issued subsequent to preparation of the policy.) ]tloraement Effective: 05 -20- 06 Policy No. WC3504558. 5 V/ Endorsement No. Injured Berry Contracting, LP dba Bay, Ltd. ]finance Company Zurich American Ins Co Countersigned By: Vk 42 06 01 Name (Printed): (. 7 -84) Title (Printed):