Loading...
HomeMy WebLinkAboutC2006-459 - 10/31/2006 - Approved .. - ,.. - - - ..... t0s 2006-459 10/31/06 M2006-355 SLC Construction S lIP C I A L P Rt 0 V I' ~ IONS PEe J FIe A T I '0 . s AND F R s o 'C 0 NT RAe T S AND BONO S FOR , l~ ~ ~""./~;r~ ..~-;.~~ .B...... .c. ~. lIlr%""--"'-.::iLcJoI, ~ lUIC!{nlft"~",_ ~ AD. ceJlPLZJI8'::'. - -tT.&l.bA Sl'BJIIft- -+ FOR :'Il>...~~l.'\\ _-~~~~. /~J':~t& .... ..~~ '1(' "s., '" ~ ," -c:-. " . fJ t "", f. '. I ~ 'l'r ;'" i'.. 1'< 'i. r- . . ... . ...... .. '.. .,......... h.....'i. ~ WI~AM L GREEN ~ :;... ...,...........:................." ~ ~..... 657121 ..:f;:~ '.. 0- ce...p~ ...-,r.'\)..' ""'......:' -, ~.......CISIltC....:-.. ,,_ ."'./ON....... ~~:...- ii~tF. r: ~/2sj" STORM WATER & STREET DEPARTMENTS CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-1881 Fax: 361/826-1889 ~."."'''\ -_...~ \. or Tt '\_ _--\.~..-..........f'4 " .. 'J/ ." '.lr I , .... ...-J...::? '. if I : '* :: t.A.,,\ .... 11' ~ it1. ...:... .......... _. .........:... ..~ \,~.?N~.~S'~:6.~.~~EBJE.../' f, { 'I . . ',I l( b 6,0 y~~ AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 Fax: 361/826-3501 I PR~ECT .NOS: 2243. 6367. & 63921 JDRAfINGNO: STO 550 I SECTION C FEDERAL WAGE RATES AND REQUIREMENTS -.. -., -- --.-..- ..'........ '~'.....- " """".,""''''',....... ._."'~ --.' ..._. ,..- ,,~-,.- .,-'-... ".-- ._", ---..- Page 1 of2 (oenccal Declsjem Nunber TX!l30039 06/13/2003 TX39 ':'jpe c,-C'ded C;pn,'ra I 'eelS tOfl No. TX0200J9 Lat . TEXAS COnstl\1ctlon Type: HSAV\ CJunty(ies): NfJEO:S :.I\N PATF IC] 0 HEAV\ 'ONSTRUCTION tROJECTS (including Sewer and Water Line :::onsl r lction dnd Dri'ilnage Frojects) Modifi,ation Number o Publication Date 06/13/2003 COUNTY (ies) NUECES SAN PATRI: 10 :;UTX20:12A 12/0 1/198 CAFPENTERS (Excl uding Form Sett ing) Rates Fringes $ 9.05 CONCRETE FINISHER 7.56 ELECTR[CIAN U.37 2.58 LABORERS. Common lit il t I :).64 7.68 PUWER EQUIPMENT OPERATORS: Backhoe Moto) ;rader 9.21 8.72 WELDERS ReceJve rate prescribed for craft performing operatlon to which welding is incidental. ------------------- Unlisted classifications needed for work not included within the scope of the classLfications listed may be added after award on y as provided in the labor standards contract clauses (/'9 CFR !'.S(a) (Ii (i.i)) In the Ilsting above, the "su" designation means that rates listed under that iden ifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indIcate unions whoseates hdve been determined to be pLEvai] i nq. ----.------------ ------------------- WAGE DETERMINATION APPEl\LS PROCESS 1.1 Has there been an Initial de(~ision in the matter? This can b,o' * an eXIsting publisheu wage determination · d survey underlying c wage determination http://www . wdol.gov /wdol/scafi les/davisbaconffX3 9.dvb 8/28/2006 ,.".... Page 2 of2 I Wage and Hour Division letter setting forth a positIon on a wage determlnation matter conformance (additional classification and rate) lulinc; On survey related matters, initial contact, including requests fo] summaries of surveys, should be with the Wage and Hour HegionaJ Office for the area in which the survey was conducted because those RegionaL Offices have responsibility for the Davis-Bacon survey program. If the response from this initial CCJT~tact is not satisfactory, then the process described in 2.) ane' 3 \ should be foJlowed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage ueterminations. Write to: Branch of Construction Wage Determinations Wage and Hour Division u. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C 20210 2 ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decislon 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, o. C. 20210 4. All decisions by the Administrative Review Board are final. END OF GENERAL DECISION rJ http://www. wdol.gov /wdol/scafiles/davisbacon/TX39 .dvb 8/28/2006 ......',.. .--, "..............-.."..,.,,"_....,. Page I of3 '_at,e. Texas C;,"nerat DeClsr>n Number: n031]]?? 02/25/2005 TX122 ,;nstruction Tipes: Heavy cHId Hlghway ~ ,unt ii,'s: Nuecys, S,"!l Patri cie; and Victoria Counties in Texas. HfGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building 31 ruc-tures in r-est dcea projects & railroad construction; bascule, suspension & spandrel arch bridges designed for :ommer':ial navJqaticnt bridges involving marine construction; ]nd other major bridges) Me,di t ication Number I) I ) Publication Date 01/28/2005 02/1812005 02125/2005 SUTX2005-007 11/09/1004 Asphalt Distrlbutor Opera<:or. ,$ Asphalt paving mactline operatorS Asphalt Raker,.... .s Bulldozer operator ..,..$ Carpenter.._ ..$ ~oncrete Finisher, Paving_ . $ :oncrete Finisher, Structures..$ Con(:rete Rubber... .$ Crane, Clamshell, Backhoe, Der rick, Drag 1 ine, Shovel Operator..... ..$ Plagger.. .... ..$ Form Builder/Setter, Structures$ Porm Setter, Paving & Curt.....$ Poundation Drill Operator, Truck Mounted....., .... _......$ Front End Loader Operator......$ Laborer, common.... ...........$ Laborer, UtIlity... .5 Mechanic. . . . Motor Grader Operat Jrt Fine Crade. . . . . . Motor Grader Operat lr, Rouqh.. $ Pipelayer. _ Roller Operat"or, Pn.>urnatic Self-Propelled. . Holler Operat.o[, Steel Wheel, Flat Wheel/Tamping. Roller Operator, StEel WheE-I, PLant Mix Pavement. Scraper Operator... Servlcer..... . Structural Steel Worker... Truck driver, lowboj Float Truck driver, Single Axle, Heavy. ........ " .. .. 4 . . . . $ fruck ~river, SinglE Axle, ":; Rates Fringes 12.4? 0.00 11.57 0.00 9.36 0.00 10.90 0.00 10.71 0.00 12.18 0.00 11.16 0.00 10.50 0.00 12.55 0.00 7.17 0.00 11.47 0.00 9.65 0.00 15.32 0.00 10.05 0.00 8.35 0.00 9.09 0.00 13.17 0.00 13.78 0.00 15.00 0.00 9.00 0.00 8.57 0.00 8.57 0.00 9.49 0.00 9.67 0.00 10.75 0.00 14.00 0.00 14.15 0.00 11.39 0.00 :? . ~, .S c . " http://www wdoLgov/wdol/scafiles/davisbacon/TX 122.dvb 8/28/2006 Page 2 of3 Light...... .........__..$ 9.00 Truck Driver, Tandem Axle, SemI-Trailer...... ...$ 9.39 Welder...... ..........$ 18.00 War Zone Barrlcade Servicer...$ 8.97 0.00 0.00 0.00 0.00 --------------------------------- WELDERS - Recelve rate prescribed for craft performing operation to which welding is incidental. ----.------------------ ------------------------------------- -----.- -------~._---_.._-_._.__._- ------ ~---_..._--_._------_._._---------------- Unlisted classlflcaLions needed for work not included within t he scope of the cl.lssifications listed may be added after award only as provided in the labor standards contract clauses ( 2 9C FP 5. 5 ( a ) ( 1 ) i i) ) . ------ ------------------------------------- In the listing abOVE', the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations i~dicate unions whose rates have been determined to be pcevai Ling. ---------------------------------------------- WAGE DETERMINATION APPEALS PROCESS L ) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determinatlon matter a conformance (additional classification and rate) ruling On survey related matters, lnitial contact, inclUding requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial "ontact is not satisfactory, then the process described in 2.) dnd 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. lIt t he answer to the que3tion in 1.) is yes, then an http://www.wdol.gov/wdol/scafiles/davisbaconITX I 22.dvb 8/28/2006 Page 3 of3 inteL't'sted party (tnose affected by the action) can request reVIeW and reconsideratlon from the Wage and Hour Administrator SeE 9 eFR P,let 1. and 2} CfR Part 7), Write to: Wage ~nd Hou Admin strator U.S i)epartm,'nt of ,abol 200 Constitut ion Av,'nue, N.W. Wash i n q t on , ! ie' 2 0 2 11 The cequest should Le accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ,I that the requestor ccnsiders relevant to the issue. 3 ) I f the declsion of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Admlnistrativn Review Board U.S. Department of Labor 200 Constitutlon Avenue, N.W. Washington, 0(' 20210 'J.) AI} decislons by the Adminlstrative Review Board are final. ---_._---------------~-------"------------------------------------- -----------------------------..---------------------------------------- END Of' GENERAL DECISION http://www wdol.gov/wdol/scafiles/davisbaconfTX 122.dvb 8/2812006 'C~' >~''''''''_'''"''_'' A G R E E MEN T THE STATE OF TEXAS ~ COUBTY OF NUECES ~ THIS AGREEMENT is entered into this 31st day of OCTOBER, 2006, 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 SLC Conatruati.on, L.P. termed in the Contract Documents as "Contractor, I upon these terms, performable in Nueces County, Texas In consideration of the payment of $11/300,441.39 by City and other obligatlons of City as set out herein, Contractor will construct and complete certain improvements described as follows: LIlfDALE/CBENOWETB SUBDIVISION AREA DRAINAGE IMPROVEMENTS PHASE 1 PMT B, BOND 2004/ CLUSTER 6/ NEIGHBORHOOD STREET RECONSTRUCTION Al1D ADA COMPLIANCE ALAMEDA STREET PROJECT NOS. 2243/ 6367, 6392 (TOTAL BASK BID + ADD.ALTS #1 & #2: $11,300/441.39) accordlng to the attached Plans and Specifications in a good and workmanlike manner for the prices and condi tions set out in their attached bid proI=,C)sal supplying at their expense such materials, services, labclr and lnsurance as required by the attached Contract Documents, lncludlng cverseeing the entire job. The Contract Documents include this Agreemen t , 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 ......... ...,.,....~,..,......."'~._. t' 4- ,- vj 'j lc.:l:, Vj01 =-rJG I NEER I NG PAGE 10/40 P It 0 P 0 S A L FOR M / , ~~." D I S C LOS U R E STATEMENT FOR . W:--T.a1 .UIlU&VX.:Z:~ II · ......~ ~ ~.bI ..-- 1 PAIl, . (c...T& ~ 22.3). ~_. 30M, CLUh... I, ~..!lo::t..-aI8D01) ...... --=- r'&wC-~z~ (Crf1& ~ '367) aDd ADa. ~Y.."I'~ - .'1'.-- ... .~__~ (CrJIY ~ &392) .... " .) : D8PAJIl'JIBNT OF BNGINBBRING SERVICES CITY OF CORPUS CHRISTI" TEXAS ItIMSED PJapoul Poim Plp 10f29 I . ~- ~.. a I 'b""- .. .. I ~j c .: ~ .: t".'! Cc.'b j f::Ii E^'Ii:',INEERING PAGE 11/40 PROPOSAL Place: Corpus Christi, Texas Date: Seotember 27. 2006 proposal of SLC CONSTRUCTION, L.P. !'f a Co%poration organized end ~.ting under the la.. of the St:ate of OR a. Partnerll)aip A Partnership or Individual d.oiDg busiDu8 as '1"0. .. Cit:y oC ~nna. ~:l. ~ Gentlemen: The U!1ders1gn84 h8X'eby p~_ to furnish all l.bor and. materials, tool., aD4 n~exy equilllMftt., and to perform t.b@ work required for: t,. rn ......~v- "1><1 .~f1.m:c. ~ ,... .. -~" . __ :a. JIAM' .. -- ::10.., ~r I, ~r T aQll _ _ ~ ~~..GII .....ua ~ - ..11 .. _I . C:ZW ~... 32&1. '3'7, . ..a at the 10ClatiClllll set out :by the plGUI azM1 IlpecUicatione anc1 1n .trict ac:cordanee with the CCX1tra~t doewnentll for me follawirJ8' prieM, to-witt 1UMSED PIapotU Poun Pqla2of29 I a;-.~- a I '&h~- ... 2 . ..... ~ .,,- -.,.. ..-..-,.....-.--......-- '~-""._"- -"-'-'^- -~_.-. .-- .-..' _.~... --_....... l'",' c d':l :>1 i::L'b':JEL E,~GHiEERING PAGE 12/40 I % :a U% %Y " l& ~ ell ~ ~ ".,....... ... :z: cur.- .1 - 6"'-_...... ~,,_.. (~m. 33..1) ~ ma.1n sized for 25-year etl'8Z2t. I' x 8' lOX COLVD.'1' ( :IIICL'ODBS 1150. ~19 i'" A-l 744 LJI' IJIOIlIBO , BXCAVA'l'IOR, 8I:DDDIQ & S Ssg. ~.~2.. " , - -:a.L) 7' :x 7' BOX COLVIlRT (Da.UDRS \,Z&4L/731. \> A-2 1770 LF .OIUNG, J!XCAVATIOJJ, B8DDING , '702.. " $ ILL) 7' x 5' &OX CDLVU'l ( DC.CDP.S - - A-3 - 1H0000000, BXCAVA.~IOR , BBDDD1G , $ MCDXLL) I ' x 6' BOX euLVBR'l' (DlCL0D2S - A-4 a SHORI'RG, UCAVA'l'J:QR, BBDDIRG Ii: $ - ILL) 5' lit 5 I BOX CULVD'1' << X8.:LUDBS - A-5 ItA IHORING, BXC&VA'1"%mr , BJaI:)ING 51 - $ , A-6 lBA COLVERT IlAHRGLa (,&8- ac, 8' DEBP s" 1oi\2.. ~ $ 3~'i12. COo W, 36" CROSS . GRA'1'2 '1'0') A-7 eBA CDLVD'l' )INCH&!: (48- ltC, 8' DBEP 3 ~&'l.91> $ 27. .302." 0 w' SOLm cava> A-a 2U. CULVER'!' JtJIfC'ncnq BOX w/llAllHOLB \3.:sW.. 'be $ 2~J 733. t.o A..' 1_ DB - CULVD.'! JtD1C'l'Iotf BOX 5",$~'2.So $ ~. -?&'2.~o w/-.zmot.B '00 BBR!) ctJL9BR.'l' .1OaC'rJ:~ BOx '7.&.I~~o s 1..., t ~l.. - A-1O 4 ItA ./IIUIHOLJI A-l1 .. 4.50 BaD CULftRT ..,u.....uOlf BOX - $ - ./~ A-l:l GBA CITY ftAHDA1Ut S'l'OUI DRA:uf KANIIOLB ~ $ 2$. (bt;. I/o CnPB A. em B) A-13 28 EA antB InK'!' <5 ' OPDDfG x 6' DBBP) ~ $ lb.ocJ&Si. ,A-1.4 17 &A- s" ~S%OH FOR CURB XJllLlW \ . q ~~.q'l- $ ~ 2 g7t. (,;../ . '0. leI CULVIR'I' (~ODH SROllINC. '- A-15 - - $ IXCAVA'1'IOH , JllDDJXI . BlClCl'ILL) 54- ItCP cm.va-f (mc:E.UDU SR01tING. - - A-16 .. IXCAVA'1'1:CM , ......I_ 1& 1IICD'.Iu.) S A-17 131 I3 48" ItCP cm.vIk~ (DCLma SBQUJIG I 3l5.crt $ 42. 7tJ5./~ IIXCAVAnl31 , .-mma , 1W2PILt.) A-18 .. 36. RCP CULVIkT I DlCLUOBS SHOJtm(i. - $ - UCAVla.'1':a.t . ~:l:1IG lit UCUIUo) A-19 23CJ LF 3011 RCP CUI,._'!' l~tmIS SRCElDlG, 11fi.~&.. $ 'H, (,85. ~j IRCAVAUCDI , -.,mnT1llQ , BlClCl'ILL) ltIMSBD Propoaal Porm ~3of29 I :. ~_d I ...- ~...a d .. 2. .ct ,tL Ef,(3INEERING PAGE 13/40 ! n: %%1 IV V ~ l" to. 'h1.. $ ~q. t.ZS .{o 7 ..,ft 11.0b $ 51. ,",01.& I *' t t:; .1 'l.. . $ l'2~ Joe3 - + I ,t 'Z. 't. $ \LolI I 1672.1'1 ~CH $ 9 . 2 ~ g. 33 1f 3." $ 'il, 35b. 1(.. 1f \.208.10 $ lit, . 91 I. '(0 ~.tti $ 2. 7, /<;e.I. cril it IS .Ith $~.3S7.o' * , \~ . 'is"" $ 1.\'1'1.48 * ~.2.1 $ (3 81'. 57 * ~\~. '7> $ I,. (;)j1. (,5" ~ $ 7.'11,3. ~o .Ol S 32./)~ \ . &( 1... $ S 57c.1~ l >K ~ $ ql'f. 7L. "* , .t.f"2."1. - $ 1.&.11.2,..- ~ ,q CfSo" $ 3\~. qso - ., \\0- $ {.n 0 - 't't 110 ' $ &.l<r. 170- 3<j.~.7> $ ~q 7~3. 7:> \.0(.,1,.50 $ 3. \'1,. S' 0 lo./S" S ~1.0bO. /(" K I .R~ :_.2 I a.~\'o.-.. ,~ a.. 2 -& W . ~__-!!JL~'. A-20 338 LF 2'. RCP cor..vaT (mcLODBS SHORING, 8XCAVA'fICIf, ~~ Ie 8ACD'ILL) A-21 5122 LI' CtJ'aB &: G1JT'lIER. OR VALL2Y' GU't'l'D A-22 8270 SY 2- lOCAC nPl: D A-23 GBOGllm , 6" CROSR2D LIKIIa'l'ONS 9971 SY as. wr/COIIPACRD' SO!IQIW)B 1 A-24 2365 9 ~ SIDIIrALK ('1'IBD) A-25 CO!iCU".l'K sm-.ALX (SEPARATBD) ~-26 12,110 SI' 22 &A cmtB RAKP$ (ftPE 1, 2, 3 OR 7j A - 2 7 545' SF US::tDllrrl'IAL CONCllETR D1lIVBWAY A-28 766 SF COMNERCIAL C~B DIUVDfAY ).-29 10 CY !Im.2CT FILL IA'1'BllIAL A-30 323' SY BLJ.~ SODDDlG (ft. AtmOSTDm. DICL ,- '1'OPSOtL) A- 31 47 SA '1'IUII. RBlCJVAL A-J2 28 BA 1.-33 3203 LP A-34 2514 Ll' 1..-35 689 LP '1'.RD 'ram. PJDNB ~ lOlND DRBSSIlIG (WITHIJI I.IGH'!-Ol'-NAY) .x.L POIJITING POR ctJLVRR'1'S (PeR LP 01' '1'UlICJI) ~1I SAI'STY PLA!l (!!OX ctJLVBRTS calI.yr 'IUIIt:H SAn'r!' PLlIR (STORM D'RAIRS CR.Y) A-36 1M OZONE ADV:tSOltY nAY A-37 1 LS .:m:n,IZA'1"I:ONI BONDSI Dl~ A,-38 1 LS 8"l'ORMWATBR PCLL'D'l'ICM PREYI!:Irl'ICfi A-39 1 'LS A-40 It.S A-t1 3aA ~IC CONTROL -.:JLITICIf NIl) NISCBLLANllOOS SID JIIIlBpARA'1'IO!I "'-C~1JC'1'I~ EXPLORA'1'ORY ~"A'1'tOlfS A-42 3652 SY 1- BIIAC 'l'YPB 0 TEMPORARY PAV'mI2N'1' RIMSBD PropoMl Form PIp 4 af 29 j "' ...:: -; t l::L % :rz :to -& fir .. --...-::..~~ .. A--C.3 655 Sy ,.. HNAC TYPE D E:J<G I NEER I I'jG :tV :~ Z 'i. ~, .~~ -..- % c:m.~ 81 CUD Z"" "'-1 ..._ .......1) . IUMSBD Pnwpoul Form PaFS of 29 PAGE 14/40 v $ \ q 1'2. .., p... 53 ~ ;I( . 3 ,'5 I 285.0'6 .3(~/.JJftf, 03 I J I '~- ~ _01 I ...~_. - ........ 2 -<1 L i-jLt:.k1. :iie, FAGE 15/4El r % U III: %'9 V - ~ ~ -~ "'-"_L(W (CIft .. Dr r,~ ~ X CVl,.... B1 - ... ~ ., (~ .0. 23'3) RtI,p.1ace ezist1ng water J..1.r:les w.1t.b.1l:l the street 110ft l.ia.t ts. B-1 19' LV ,.. l'VC WA!t'ER LINE 7~oB . $ 14 758.7" :&..2 60 LF ,- PVC WATER LDlE 1'1.(,> $ 1.(.777.97- , B-3 223 LF 1~. PVC WA'l'Ea LDm '1, 01 $ 1.0.z. ,,,. 7<0 B-4 25 LF 1~" D1 WATER LINE I ,'t. 'f5' $ Z .'i3/,. ZO B"S HI. 8. 01 WA'12R Lnm - S - B-6 511 LF ,. 01 WA'l'1!:R LDiB 5~'o $ '12-. 87/.8'iJ B-7 62 LP ,. 01: WATER L:rtm iEI.161 $ 5. Z'/t;. 7~ B-9 .. 12" 01 C~1OK - $ - B-' a lJ '" D1 COlWBC'l'ION - $ - S..10 - 6 - D1 CONDC'l'%ON - $ - B-11 .. 4'" D1 CODECTIC'Ii - $ - B-12 lBA 12 - PLUG Z 8c.l.'i () $ Zgc/. '10 B-13 2D .'" PLUG " ~..>o $ LJzl,.1Do B-14 3D. 6'" PLUG ,Pr!. ~ $ '54.52> 8-15 2_ '" PLUG I 5'(, . t.{ '2. $ 311..&1 B-16 2R 12" GATE VALVA Z,O(.(. 'to $ 4.1Z.~.6o B-1'] 8'" OATil VALva - $ - - B-18 18 ~ ,.. GATE VALVB '11\ - $ /2. 1'6 ,. 8-19 lBA 8'" x 6" IUIDt1CJtIl lZ1.'7'Z.. $ Z ~ 7. S 2.- 8-20 8M ,- x ,. RBD1JC~ IJA. ~t. $ '.'118. 8S B-21 3D. 12 - HJ ANY Ali18LE amm '177. 70 $ 1.47J. /0 8-22 I 6&A 8- ItfJ ANY ANOLB DRD 3" r;> $ , . 91'1. 70 REVISBD aft( ... a Propoul Porm A""-' e _. a Pa&e 6 of 29 .4: ~ ~ ~ .t r:h. 2- ~'.1 '"1 j~ ,;::.;t~ - it). U,G I NEER H4G PAGE 15/40 I It :I::n: XV V Ii ., _.-~ft'Z0II ftIiI ~ B-23 31 EA ,- K:T AItt AICL.E BERD 2. i'-4.<<-fv $ &.8 II.. ~o B-2' 6EA 4" MJ ~ AlCLR tmRD Z '64. '10 $ I. 7Dh. '10 B-25 2EA 1~- UB x SMaLLER. VAAtABUE SIZE ~!i1. '10 . S I. 2 1~. &J B-26 JIA ,- x 8- ~ or 8- TBIi: x SMALLER - $ -:- ~lABLB SIa Z 1Jr-I. 'f 0 ,,'-I2.l... - B-27 SJU.. ,- x &. TEE $ B-28 1IA 8- x 6- Crce. - $ - B-29 3EA ,. x 6. era.. ... 2.(, . (,0 S \.l. 1'1. &0 8-30 lEA 12- x 12- TAPPDTG 9LmtVR &: VALW , ';3l. - $ 8.S~z.. - 8-31. lEA .- 'l'APPDi!G SLBBVJ: 51: VALVE 3. ~S5- $ o;..5SS - x: 4" B-32 SEA 6. x ,- TAPPlRG SL2RVrl: " VALVB ~. t""- $ 2 \. 3>0 - B-33 lBA 8" x 8- TAPPmQ SLIlBVl!l '" VALVE ~. ,",0;.1.0 S 4. ~o!.bO B-34 lEA nu H'YDRAR'I' ASnMBLY j, ."t ". eo $ ~- c.4.'L So 8-35 1Q75 t,)' 'I'RQCH SAnTY P1M (WATEll) /.'/2- $ 1.~28.~5'" $ 7.1 \0 - B-36 1 LS J<<)BILlZATIONI BCmlSI INSURANCE 1.110 - B-37 1. LS STOIIMNA'l'D. POLLU'l'IOII' PR.BVJDIIlIION I &.4'2.1.- $ t. 'I1.L - B-38 1:LS "J'RAFFIC canaot. ~."i~ - $ S l.&3 - B-39 1 liS DDIOLITICIf AIID II:ISCBLLAIIBOOS SITE ". '}1'f - $ ".~ - PRBPAJtA1'IClIJ --JOIIIt. ... % caL".... 81 (lID z..- 8-1 ~_,,_ .-3.). . J9~ ""0.3> *" ~ /'73/ t/C;O, t t/ lUMSBD I'RJpaI&l Porm Pale 7 of 29 I~ . A1*"'- ...~.:a I e ... :I . .j"~ ~ L"-:J. tJ'j .,-:.:'C.' EL EJ~G I NEER I NG PAGE 17/40 vw... ... % ~ 81 _ ...... .. - ~_..., (~ m. 224') Replace -.i.t1ng ..t...ear l:1.n.. and lMt1boles w1t.ldn the .treee RON lim:itll. C"l - 18' PYC WAB'rIwAuR LID (10'-12' - $ - AVG DKPrK) C-2 83 LP 15" PYC WAS'l'IIfAna LI5B (10'-12' , 75 .3\ $ --L:t.t;50.7~ AW D2P'1"B) C-3 - 10" PVC WASTIWATER LIlGE (8' -10' - $ - AVG DKPrH) C-4, .. 10- pyt CLASI 900 WU'1'l:lfA'l'D. - $ - LnOI(8'-lO' MIG DEP'l'H) C-5 160 LF ,,, PVC ~ Ltn (6 I -8' A.W HS. 'io $ Z>. 2"~' 72- BPlH} J.l1c:J ~.t.1Dg ~.t ~. C-S 3D WASIfDIA'l'BR ~ DRABJ:LI'l'A.TION 2..10' . 'bo $ &.\05. '/0 C"~lO' AVO D8PTS} C-7 .. WAS'1'EWA!'1Dl ~ ltBRABILITA'l'IOB - $ - (10'-14' AVO ~) C-8 243 LF Ifta:.L POnPrINQ PeR MAST_A.'l'Ba LIDS .0\ $ 2.'13, C-9 243 Ll" 'lIlDCH SU'ftY PLMl CWAS'l'BWA.'l'BR ) 1.~1. $ 3'f~. ~> C-l0 243 LP' 'JEI.1IV:r:SBD INSPlk:TIOIf OF CONDtJIT$ 2.g~ $ iDCS l. 01 C-ll ]. LS IIOB:tLIZA'1'I:ONI Be*DSI :tlfst:JR>>JeB 2..PJ(\.( - $ 2. 'b<4'1 - C-12 lLS ftODWA'l'BR. IU.l.tJ'nON PlUMIN'l'ION ,....2.2,..' $ I. 404 z.. 1, - C-13 lLS 'l'aAFFIC CC8rRQL I."'l,l.-- $ I. en. 1,. - C-14 lLS ~I'IOI1 AND IIJ:SCRI' .J'..ADOO'S SIH ~.~C;, - $ (" .m - I8BPARA'rJ:C8 ~.. .,... % cur..'ft8 a (au x-.- C-1 p~ ).."..,. C-1&). . €!H . b.J/'.3 , * "* ~ ~ *. 5"1 OCft/. 1st I RlMSED PMpoull'onn "'8of29 I ~ _m.3 I MI:. . ~ .... 2 t. oj 'j 1 ~.C ."]tli UK=iINEERING PAGE 18/40 :r %:t :at b' V 1& sat ~lcmDft.. ~.~ ~ f........ .... It cm.wa. III - _1 - l-r..,,_.. (~ 11). 22'3J 1'.n.uzk "..1n .i.zed ~or ~5-YNr GVCJt. 8' x a' BOX CULVBRfJ.' (:tR:LODBS --. - 0-1 JIA SHCRIm, UC&VA'rIOK, DDIlIRG &: I- $ ~ILL) 71 x 7' BOX c::tJLVER'r ( IIICLODI:S D...2 11 0' LP' 1H01lDIG , UCAVAIfIOlf , BBDDINQ It lot. , \ $ 7 "7 g r("~2 7l::, MCD'IILJ 7' x 5' BoX C'DL'VIII.'l' (DlCLODBS - - 0-3 JIA 8RORINGr BXCA"A'1'I ow , BIIDD:mG " $ MCDILI.) I' x 6' BOX c::m.V2R'1' ( DlCLlJD2S ..:;~.5~ 0-4 921 LP 8IIORI!IC , UCAVAIfIOIl , BBDDIlC &: $ 5l'1. '1~>. g I ~ILL) I' x 5' BOX etn.VBK'1' (IIICl.V%>RS - - D-5 .. IHORDIG, BXC&VA'nOlV , BEDDING " $ IJ.,) D-6 .. C'Ol.VKR'1' NMlHCILB (48" RCP 8' DDP - $ - w/ 36- CROSS " GRAft TOP) D-7 .. C'OLVBM' (48" ReI>> 8' DBEP - $ - ./ SOLl:D coval D-B 72A, COLVD.'1' J1JNC'IIQIf BOX "I1IANBOldl: I ~.3 e:,,,. &> $ C)3.s;~"7. ~ D-9 ... TEB - COLVD'l' JtDTC'1':Il>>f BOX - $ - w/lANHOLB to Q Slim ctJLVlaT J'tJJICll"I:otf BOX - D-10 .. - $ ./1fMmOt.1 . "SD IIIIfD COL'VImT J~'s:.l.OH BOX D-11 .. - $ .~ D-12 7U, CJ:TY . S'l'AImAJU) STODI tJRA.tH IWIHOLE -3-. oS?. 70 $ z g..3t..S. '10 (TYPR A 01. B>> D-13 14 EA. CtJRB U1LB'I' (5' OPENZ>>G x 6' DEBPl Z.l\ (.,.b'l.. $ 3& tJz"'. Zg D"l~ 32 EA 5' BXTBRSI:ON FOR CORB Dlt.m 1.'}?>>.'7 't. $ ~I '&S'. '11./ D-15 539 Ll" CO" ltCP ct1LV8T (DlCLtJDBS SBOllDfG, &/01.10 $ Z ,q. '12,. 9g acAVA'1'tOll , Sl:l)DJG I: IW:XFILL) D-16 .. $4. RCP cm..va'l' (JK:L0Das SHOaDG, - $ - .CAVA'rIOR, ~mo a BACDILL) .'lP ItCP CULve'r (IIICLtJD2S SKOJU:Ha, - $ - D-17 .. aCAVA'rI01I, ~mo Ie IIICDILL) D-18 . 3'. I.e. CULva'l' (utCLUDaS SIIOKDIa, - $ - IKCAVA'rlaat , eDDIJIO 61 UClQrILL) D-19 618 LI' 30. RCP Ctltt~ (~ SBCDUHG, 198.01 $ IZl.r 3'JZ.Jc.f 8CAVA!'IOIf, ~DIG .. uatl'J:LL) D-20 144 LF 24" acp COL~ (XNcLODBS SJIOllDG, ISI.O' $ z. , 75 f,. b() ~VATIC1\t. ~DJG I: BAaCPn.L) '* ~ *- * *' RIMSBD Pmpoa1 Form PIle 9 of 29 I ~-:=-~.~.II 1 " _~~ Jt.~ cjGINEERING PAGE 19/48 % II: %%Z n " Ai W --~UWft_ ~ ~ D-21 "49'7 LP' cmlB , GU'1"l'BIl, OR VALLEY Qu'.!: J.'~ 17.ob $ -'b'73L.81 D-:il2 10,341 2. BM1.C TYPB D /S.n_ S t?b. "'Dl,..~ ri' D-23 12,305 GBOcDuD tt 6. CllUSJmD LDd:S"l'O!IB 14.1.1- $ \ 1~. '111.'0 IIr MSB w/ CClCPIC1'BD StJDQ D-24 641 SF CcmcRB'1'B SIDalALK (TIBD) 3.'h $ 2.5ob. ,,> D-25 16,754 comcU'l'B SIDaALJt , SBPARAft:D) 3'1l $ "5 'S J~ . S1. .. . D-26 21 BA COIlB RAMPS ( 'l'YPEl 1 t 2, 3 OR '7) l.2.o9o.lb $ lS'".~z. 70 0"27 625. SF ISS~IAL COIl1CItE'n: ORIVBDIAy ".,~ S ~, \ 1. b. Ii. . - - D-28 - CONIlIBRCIAL COIlCREn DRIVEWAY $ D-29 10 CY SELECT FILL Ja'rDIAL I \ Ci.'1S' $ U ,c/. 18 D-30 2863 SY ILANDT SOtJDJlrG (ST. AtJG09'1'DIE . ~.Z.l $ IZ. 2'~"S& DCL 44' 'l'OPSOIL) "- D-31 36 EA ftEB RBII:)VAL 3,Q. ':5" $ I' .;/8 20 D-32 6aA ftBB 'l'RI1C. Pima 5. 1IOORD DRKSSUQ 21<<'{. 'lo $ ,.101..40 (WI'l"RIJr JU:GH'I-OJ'-WAY) D-33 3331 LF ~ JIODft'lDrQ FOR CULVERTS (PElt LP .b\ $ ~.31 oP 'l"URClI) D-34 2030 LF '!'UI!ICH SAFETY PLAN (BOX CULVERTS ~ $ 2 &&1.. Id.. Clllr..Y) D-35 1301 LI' 'lkBRCH SAPE'rY PLAN (STQIQI DRAI5S IAL $ / ~~.o'Z. QlLyt D-36 laA OEONB ADVISOR"!' DAY I.~-z.~ - $ l. ~1.L. - D-37 1 1.S IIDILIZA'1'IONI eamsl INSOItAlfCR 2&'4.4w- $ z 54., Yfb- %)-38 1 LS ftORMWATBR POLLTJ'l':rON PJlEWNT:rON 7. '\D ' $ ".1\0 - 0-39 1 1.9 IJJ.A1PpIC CONTROL 'l~. 710 - $ Jq. 7?Q - %)-'0 lEaS .-n,ITION AIlD MISCBLLA5BOOS SIft 3et ,CJ'J.]') $ ..3~. ~.J. ~~ JaBPAM'1'ICB D-4.1 2. pq-CCllS'1'JtDC'l'taq EXPI.OaA'l'ORY '.0"". ~o $ I.ob(,.t;o IlCAVATI<BS :0-42 43 60 BY 1- RMAC 'l'YPB D 'l'I:IIPORAaY PAVBMmI'r 10.'>, $ 1f..f,Z"c/.8tJ -.--,.":JU. ~ :u: Cft.Yat' a2 (11m ~ D-1 ~~ :D-42) I . Z ''17. 'O~~T9.. 0/... / 'SFl'lJ /)$(,.. ~ ~ RlMSED .aygL . m. I PrapoaJ Form MC..... to ... 2 Pap 10 of 29 ~ ,ff it ;r rI< ;t )f * * * 7K It:.. ,1",1 Nc:.ER I NQ PAGE 20/40 I IX UZ tv V . .. ~ ---".r. ~ ~ r...-..~ lIRa n ~ u -...~ ~~_T.l._. (~_. 2243) .Replace IUdtJtJ.ng water lUllS ritb.in t:be street RON lbrdtll. E-l 600 I3 ,. P'VC NATER LI1O: 7.... db .. $ .., 'S bcJ (.. to E-2 225 LF ... PVC: WATER LINE ?C1 . to> $ 17. Gtf1. w g-3 - 12" PV'C WA'J.'D. LntE - $ - E-4 - 12" Dr WA'I'BR LDm - $ - E-5 15g LF ." DI WAT'BR LINE CiS'.9 I $ I~. Zr-If. oS E-6 313 LF .. DJ: WA'l'ER LINI 8~. ~o $ 2(".2(:,0. 07 S-7 61 LF C" D1: WA'l'BR LIlm 9,~.(,' $ 5. 'bl.lS;- E-8 - 12/1 D1 C:ORNEQIfION - $ - E-9 .. .. Dr COlD1!C'l'%ON' - $ - E-1O ,,, D1: COlaIBCT1ON - $ - .. - $ - '1-11 - C. Dr CONRBC'l'IOH - $ - E-12 - 12" PLUG 2-13 81A a" PLUG 2, ~.3,o $ ''''O~. t.Jf:) 2-14 7D. ,. PLUG J~.*- $ I.~''''. 02.- :2-15 6D. ,. PLUG 1St,. '01'1 $ 9 >f1. 5, B-16 1Q. 12" GATE VALVI - $ - E-17 SID. I. GA'l'B ~vs l, D7. <c:.c $ 5."-.19. - B-18 19 RA ,. GATS VALVE 79.Z 10 $ ,eI 8s.~ .'0 E-1.9 1. ." x 6" h.uu~ 2~9.. 'k" $ 7 oIg. &S" E-40 7_ ft.. x 4. " JtBDtJCaR. 2.\~.jo $ 1.c.l93./o B-~l 10. 12" MJ AlfY ANQLB BEND - $ - 2-22 sa .. Ill' ANY A.RGL8 B2ND 28"{~b $ I. II'l1,. - I1MSBD ani' ~_. a I PIapoul Farm a.t:....--~ 11_ ... a Pap 11 of 29 ~ if( ~ ~ * t ,L f J'j j. L to':] tJ.. t.' jGINEERING PAGE % IS J:J::I I:V " ?Ii rw~DUOII :ya l=~ E-23 36 SA 6- NJ ANY ANGLE BEND l~B &'5 $ g'c;A ho 1:-24 6_ ,,- tC AMY ANGLE BEND Z'~.3D $ I Z7'. Sol 2-25 lQ. 12" TEE X SMALLa VMIABLB SIZa - .. $ - .-26 1: I' X 8' 'fO or 8" 'I'D x maLLD. afC'fl.10 $ t.(f). 7.;, VAR.I.,a.IlT.,B SIZ:K 1:-27 4_ '" x ,,, TKE 1.. tN/."o $ 1.137. ~ B-28 ,.,. 8. X 6- Cross "" 7. 70 $ I."'''.~ 1-29 1. ,- X ,. Cross "24.- ~ $ t{ 2'. 4.0 E-30 Na 12" x 12 - TAnmG SLRKV! " VALVE - $ - B-31 NA 4" x 4" TAPP~ SLJ:EW &: VlUoVE - $ - 1-32 12 b- 5- x 6. '1'APPDIG SLEWE & VALva 4.2(J.- $ '5a] I 'z. - B-33 NA 8. x 8" 'l'APP~ SLEEVE & VALv:R - $ - - 8-34 ,. nu HYD~ &sSBNBLY 3.g!(j ,",0 $ /<; 157. (.0 . 1-35 1336 LF ftSIfCH SAnTY PUM (WA'rBR) I. 'fl. $ J. 'SCj9. 7c; B-36 1115 ImBILIZA'l'IONI BORDSI INSORMCB 7. \\0'" $ "7. I \ I:) - 2-37 11.S 8'1'OIUINA'l'KR POL1cO'l'IOJt P1UlV2N'r:tON 2.. ,33 - $ Z. ,3.3 ... J:-38 lr.s ftArFIC COII'I'ROL 5". C:,~ '0 ... $ 5. bi & ...- 1:-39 lLS ~I'1'IOII' AHD KISCBLI.&A800S SITE &,.3>>c;c; - $ ~~... JaBPARA.'l'ICIII ~~... ...... n: evx.'ftH :82 CaDI ~ .-1 ~ .-3.) . . 'Z'f I YSt/. 9b ~ DVJSBD Pmpoeal Form. Paae 12 of 29 I ~':: _.a I . "" '1_-'-~ ... ~ . " <. r .G I NEER I r'iG PAGE 22/4121 , Z :a ZI% n ., & W ~~~ ~ - ~ "'----- a III r.~~.. ... :a ~ aa - 1I.t4.___ DDIIiCnt___1 (.~ _. ""'31 Replace flllrilJl:1.z1g wast:etMc:er l.f.nes and ma.abol<<Nr Gdeltin the street ROlli lhAlts. F-1 !fA 18. PVC WASTMfATBR LID (10'-12' - $ - AVO OBP'I'H) . 1'-2 - 15. PVC 1fA9'1'*A'l"D LID (10'-12' - $ - AVO DBPl'R) 1'-1 - 10. fIVe 1fAS'1'aA'l"BR LINE (8'-10' - $ - AVO ImP'ftl) F-4 tA 10. PVt: CI.AsS 900 1fAB'rBDTStt - $ - LINJIC8' -10' AVO DBP'l'Rl 11'-5 432 LF .. PVC D8'1'1!lW&'1'Bl Io%IQ UP -8' AVO I 'l. tj. &./0 S ~S". <7D /. be. I:*P1'H > J.nal ,..t18.tzJ.g ez1.t 6. F-6 3_ ~'1'D )?'EOt.B RJlHABILtTATIOR 2..1~'. ~ $ Z \o:>.to (6'-10' AVO ~) I F-7 1. tasHWA'l'RR MNIIoLE REHAB:rLrt'ATION ~ 'Ul.. eo $ ~ cll'2..1Jo (10'-14' AVG ~) F-8 432 LF wm.L PODfl'... I'Oa lGftBWA'lD .f) , $ 4.3z.- Ia%JIBS (PER LF .. 'fRJDICH) F-9 432 LF ftBI.liICH SAPZTY PLAN (WASTBWATBR ) 1.~1.. $ "'~.30 F-10 432 LP t'IL2VI sm> IJiSJISC'l"ION OF C05DOI'l'S 'l.~ $ I. '22..&. t... P-1.1 lIoS ImBILlZATI01\tI BCIiItJSI INstmANC:E '"' 2.~ - $ 4. t(.C, - P-1.2 lLfl S'l'OIUelA'l'BR POLLtJT:IQ'lI PJ.BVID1"1'IC>>l 1-42.2..- $ I. '<1" 1- - 1'-13 lI.S ~IC C01ftR.OL OZ. S'/"i - $ "2. ""'1./ - 1'-14 lI..8 11II 'Ot.r'J'IOR AND Ja9C&r.I.ARBot1s SITE {.,.~~- $ 'JC?S - "'~ARA.'l'Iar <III ~I. ... z:a: CUL".,.. .. (lID t~ W-l f"'-1'lF~ ~1'). . 84. 1'8./0 .,;K it -* "-" * '* ~'I; /9,/, (; 'I RIMSBD PrapouI Pona ~ 130129 I.. ~;:I- _.:a I all";"" ~JJ". 2. . ( L' ( z II ".w G-1 G-J 0-3 G-4 G-S G-6 G-7 G-R G-.9 Q-10 ;.JJ 1 :: Lt ;tl. L iGINEERING :tV :J4I PAGE 23/40 v T.WIIIV."...... I% .. 2106 - err ~~.. . (~m. '3n) !.l'n&n.t aain siaed ~or 25-~ event:. 795 LF 28 &A 10 IA 375 sY 375 BY 1_ 1 LS lLS lLS lIS :E%:E 70ft.. 2.. RCP COLV8'l' (DlCLODB8 SHOIWG, .-cAVA'rIQII', SJODIQ Ii: u.cJtFn.r..) c:tJRB mLBT (5 I OPBNIM: x fi' OED) crry S'l'AMDARJ) S'l'OItX DRAIN MMlIOLB (\'YPJ: A OK B) 2. HMAC TYPE D ~ID . 6. c::RmIHED LDlBftONB -- .1 COIIPM:TBD SOBC OZONE ADVISORY DAY ~ILlZA'l'ION/ BONDSI IHSOltA1QcE ftORNWA.'1'Dt PO%.t.OT:IOX ~ION !'RAPrIC CQlftAOL _mLI1'ItIf AND MISCBLLANlOOS SID ....A1Q.'1'I:ON ,&oiL. ~L 2.1' (..ol.. ~ c;~1. {.,o I~.I 'Z.- "". l2.. (.11'2..2.. - 7.110 ~ I.'-Il..l- 2-. 'A~'" - t.. ~~C; - ~ -- 1% IIOIID 2004 CUD ~ 11-1 ~ Q-o__ G-l0) I UVISBD PIapaIa1 Fana Pqe 14 of 29 .. $ "I. 721, ^C? t $ ..., L. o&.{fh.,." .3'r. Sit. - -51 ('1,. g.j "* K $ $ $ .$ ~.~n. 50 I, c/'2- 2., - $ 7.110 ~ $ ',(2 z.. - '2.. 8'1" - $ $ ". ~~ - 2~1..'78j.c;C, -* . 2f,2/ 1Y5: 1~ I '.;; .... 2 I . .........- :::. _. 2 2i , _ t t1 ti'l;)INEERlr f X :tJ: :tI:t :tV - .!II! \If ;4~~ .:m~ "~'1ft1c. (aft II 1m.. m!! ~ r.'I'WuI,T~ ~ !% ... 20N .-&_, c:z.V8!'D I - .._..1- _~... _DIiI1l8 (JIIJIO.7. m. Re>>lace exJ.sr:.tng water 11nes ltithin ehe st.reet: ROIl 11mit.. H-l 13,600 2" IDmC TYPE D ~c;.I'2- $ 205.(..9$L 76 $Y .. B-2 17,044 GJ!lOOR.ID 51 ~., OUSDD LDa:S'l'ONB Ic:.I.2.l.. $ 2. "'2. 3 '-.:s. (. '3 ft ass w/COMPACrJa) I~n...~ H-3 1. EA CtnUI RAMPS ('!YPE 1, 2, 3 OR 7) \ .20p, 70 $ I , . .33'1. l \) H-4 44,155 CONCItBTE SID~ ( su......'1'2D) 3.'1 ) $ 115 . t)1 c/. ".), . H-5 17,568 USIOD'l'DU. CONCU'1'B DlU:VBWAY 4.'t~ $ >>7. "i3$. 9t-I ,. H-6 10,235 COD it cdu :.L J. 4 OR VA:I:.LXY GtJ".l"rER ,"') oc. $ 1710 3S". W II H-'7 50141 S'l ~ SODDJRG (ST. AOOOSTnm ~ $ 2\.~'. 72- DeL .- TOPsotL) 8-8 14S EA ftD lUtNOVAL 3\,.'1;- $ 1/ L" S'r Zo. 7 S" H-9 12 EA lJIlUIB TRDI, PIbIB &. MOUND DbSSnfG lW'/o $ 3A11. &-, (WJ:"1'IIm R:tGH'f--OP"'WAY) H-10 ilIA OZONE AIM:SOIIY DAY 1.-42.... ' $ '.c1~]., ... H-11 lLS .-BXLlZA'nON/ BClmSI DlstJRAHCE '12. c.I"\o ' $ 1". cJ30 ... H-12 1 L9 J'J.'OJadNA'rBll POI.LtJT!at' PR3VD'1'ION '" Cf11' $ ,",-Q77- B-13 1 1.9 ftAPFIC canw:n. 21 \~o" $ 2. \.J3Q . B-14 1 LS DBJiI:1LI'fICIf All> M:rSCIlLLAHBOOS SIn 2.1.~' $ 2.1.~- JIlEPUATIClR H-1S 781.. JIU-cc.rB'l'RUC'ftOR BXl'LORA'l'ORY z '1,1./.40 $ /9f D. & RCAVA'1'IC*S D_[~4.r. ~ Z% ~ 2DD. (aD J...- .-1 "g'''?.."IWI 8-15)1 . I f 2.0, S~C;. S1- .;K -k oj( 1( *' II I;J)/ S02 7. ~6 RIMSED PlopoaaI FoIm Pqe 15 of29 I ~~~ ,~-:;.aa I I- ...::t ,.I' 'beai [~-<'.::i I NEER I NG PAGE 25/4121 1 :tt XU %V V iii ~ -1M...""!' :\81 ~ ~ u __ ~ON ... "%D n...-~CII (~ m. ,a.7) Repl4Itce M1st.1D.g IMBt..ter lj,nes and 1DIUJ1101e.s w.tth.!n t.he street ROW 11lldtll. I-1 22 IiF <&" 01 WATBR LDB 3;.'" , $ --1. Be-I. c.#~ r-2 41A " GATB VALVE (.7.;'. &.fS"' $ 2.10; flu 1-) llA 4" PLUG lH.~o $ 2.,~ 1-4 5>>- ,. GATE VALVE '''2. 10 $ 3.'10- 50 1-5 41A ,.. MJ' ANY AXQLB BBND 2\ ~.3c) $ 3s~.lo r-6 3781 LI' a' PVC TlD.TBR Lnn: 1';.c." $ 30. .oi&.~ . 1-7 2>>- 8. PLoG 2pA'~Q $ ~~~ 1-8 14M .. ()ATE VALVE \.0 (.i..5'"o $ ," '7.3oJ - r-9 29 SA ,- M.]' ANY ANGLE BEND 3 \'t.''1' $ , l7~. ,,>," I-10 12 IA .. x 8. '.I'D or 8" ,... x. ClIft. ToT ~ ~~1.6 $ 4. "~'t. /,u 9ARJ:ABt.B SIIS ""--- I-11 s. rlu HnJftAHT ASSBHBLY ~ -4,2.. f.lb $ 17 Ql....J- 1-12 3803 LF ftUDICR SAPBTY PLAH CWA'l'D) I. "41.. $ OC:;. "ib 7. '" 7 I-13 1 LS ~1D'rI(lq1 BOtmSI DlSURANCE ~ $ N.llu - 1t'ORMNA'l'BR POI.LU'l'ION PREYBlftIOR 'l..'OT4" Z. t4'"1 ... I-14 lr..s $ I-15 lLS 'l'lAPP1C COIft'RQL II 31c..- $ II.~,)('- 1-16' lLS 1IIclr..I:'!'I0II AND laSCBLLAlnlOOs SIft I:r. !J'f1- $ 1.3~ .... Jll8PARATICB -hvlrlll. ... D. .., 20M C:a%D ~ Z-l v_ z..,.), . 3'17. &/'0. (,., * -* * ..;t 397{ '395: fir, RIMSED PIopoaI Form Paae 1601'29 I \. -; -.a I ",-- :.~... I . >:: % 1% lAW .cc.:t tJ %:1:% CUJift.. ,_ jt.J I NEER I riG xv :1&i PAGE 26/40 v w:.... ... :n: Ala ~ ..%DaOf .4 A~ A' ..-. .-u 2000 (~m. 1312) J-5 J-6 J-7 J-l lG SA ctm8 RAMPS ('-'DE 1. 3 OR 7) J-2 817' SF CONCRBTZ SI~ (SEPARATB) :a634 BY ~ SODDING (ST. AOGUSTXNE D1Q, ,. '1'OPSOIL) J-3 J-4 1 LS lLS 1 LS 1 1IS IIJBILIZM':IQN I BOImS I :tRSC1tANC1l: SToRMWATIIR POLLC"l'IOH Pl\lM!:NTIOK 'l'R.U'PIC CON'l'JlOL I*IIOLI'I'l:QR AlII) MJ:SCRLLAlmOOS Sn'B PIl&PARATION 2 A M.... -50 ?>. .., I 4.tl c.I.2.w, .. l.c.t1.l, ... t. ifN - (.. J,.'T1 - ... -'aL .... n: ADa. ~. A-~ ._ H :u........ -- 2000 (laD __ 3-1 ---o:r1lN"'-: .J'-7) I REVISED PJopaaI ~ !'lee 17 of29 $ 3'1, 8/1. - .}I," n.. Z., II 1..>f.. f. " tllf.1- ... $ s $ $ /."2..2.. . $ $ "Z . &"4./ ... (, .J'n - . 'l1 'IS,. 8' 9119~1. ~r; [ L~_ .......- :u~ ~. 33 I *- '* ~ Li 'tVJ..I'tC.~r\.J..I'tU rH<.:ll:.. "-II '"+0 I :t IS :r:1:% n V I aXIl Wi .. 'Y"I'CII! :wi ~ ~ ,.T~-9" ~ xu C:U~..... as - ~....,. :aD.ao...~. (~ :.0. 13113) T.t'W2Jr; lIIll.:tn .i.ed ~or l5-yesr lW8I1t:. .' x .' !lOX ca.VD.'I' (ntCUmBS - - 1t-1 NA ~, RXCAYM'IOR, N:DDIm It. - $ __rLL) 7' JC 7' BOX cava,. ( IBCLtmES X-2 n ___DIG, EXCAVA'1'%05, ammDa; . - $ - ___ II.L) " x 5' SOX CWLVD.'1' (meumBS It-] 160 LF '-ING, EXCAft.TIOII , BBDDING &; ~ $ (0', '-'l3..CJ'2.. 1aCKnLL) " x " BOX ctlLVB'l' ( INCliODES K-4 910 LF IIIORINQ , DcAYA'l'I05, BBDDING &: ~ L 1.'7 $ '5H B7. C;o --.;au.IItL ) , .. x S' BOX C1ILVIIR'l' ( DlCLODBS J:-S 848 LF t8OJt.DIG , DCA'VA'1'IOII, BJlDDING &; "'1.1.~ $ 3C;L. 72&. t..l. IlCUILL) 1[-6 NA C'CILVD'l' JWlHOLB (,.- acp 8' DBHP - $ - vi 36. CROSS _ Gn'1'E TOP) COt.V2R'l' llAlWRoa (4'- ReP 8' DDP - 1t-7 liA $ - w, SOLID COVD.) , It-a 10 _ CtJLV'KR".I' JtIIIfCTxaf BOx w/!WlHOt.E \> 3<,(.. f>o $ 133 l.(,.~ - "- It-9 :NIl 'fa - COLVBR'l' JaIIC'l':tlJ!f BOX - $ - WIMUmOt.B .-10 2_ too BD1D C01.va'1' JmIC'1IION BOX lAIn.t;o $ ,./. '3, - w/lAlGlOLJl X-1I 2. tSD BIDID cm.va'l' .nH:.'TION BOX 7."'f.~.~o .$ ,0.( 731 - w/NAlalOLB K-12 6I1 C%n . S'1'AIIDARD .I'l'CRM :DRAIN MANROLB ~.r2.~. ~ $ 1.4, 7"'~. &0 ('1'YP2 A 0Jl B) It-13 19 II CUD I1'Q;,3T (S' OrlliL'l.u.6 X Ii' DBBP) l..7 II.. Q"l.. $ St. '-o".~~ It-14 25 II 5' EXTENS'IOII J'01l CtJ1m IHLB'r I.ct~~.<72. $ .;~ 3-/'8 .... It-1S 1 fIi9 loP 10- !tCp cm:..VBM' (DICLODBS ~, 40'-. Soz.. $ ", _ o~. 9j -=.a.VATICM. B.DG 5; BlCD'ILL) It-16 74 11 Sj- RCP CtJIiV" (~BS SBOUJIlG. .31.~ . 1./'1 $ 2,. ''S. "I~ acAVA'l'ICM, ~D1G Ia BaCDILL) K-17 NA ... ~ CDLVBII' (DCLODIIS SHORmG. - $ - ~VATI(JlII, BeDIm , BACDILL) 1t-18 4'74 LF 3'- RCP ctlLVQt (:ImCtmllIS SHORING, Z2. L.. lie; $ "2.0'18.2" acAVAT1:c>>1, _~Iai . IlACD'ILL) K-19 153 U 30' ReI' ctn.YaI' i~ SHOftIMG. h8.0f $ 30 Z"'.o7 ~VATJ:(Ili, -..oDIG . aAcU'ILL) K-20 262 LF 2.' ReI' CtlLVBRf (DICLODBS SB01UHG I J '-J'I..t.. 7 $ ~9 212..34 I ~VA'l'IQlt, B8)1JIG &: BACU'tLL) *' '* ~ . * ~ ~ RBVJSED ~Pona ....180129 I .~::;: ,:.0. 2 I . _P..... _"... a . t:.I'i\:1.l.I'tC-C-r<;.l.I'tt,;< r'AI..:lt. Ll:l/4l:1 % Zl: :t%% IV 'V' RW .. ~.._.1 .. ~ It-21 5151 LF CORB i: \#UJ.r'~, OR VALLRY GO'TTER I ""I.b'- $ ~7. ~L.."(. ~ S ILl &'{II. l J -;t: $ '7"/ 7'1'. St, $ g.2,Q. ~7 -* $ 4~ f.o&J '- '* $ 2, 75(.. f..o $ (~ J"'/'l2 (, * $ ~, g I.'. II '* $ 1. 19"'. 4(g * S 12r3,~-.N *. $ S .~3', "'0 $ 5"i.Sn $ 2,.~O $ 1. 12. 1. t./o ;t: $ ,.3l>~. '* $ t. cJ2.z, - $ 21l.3Di>- $ 7. 110 .. S '-''7. ? 7a'- S ~'7 ">>J. 7-> $ 2 ,~- $ .30 ~ 4/)~. 21 "* . 2. t../ 0 fJ. 'ill.. 05"" * . ') -.l W.. a ......- - - 110. J 1:-22 X"2) 10,719 SY 12,2.9 BY 2" HNAC TYPR D I"'; .IL ~ &: 6" C&tJ8HBD LIMBS'l'OIIE ... w ICCIHI'AC'EIID SOBGIADB --tU.L X-2~ 2102 SP ~bT8 SIDJMu.1c ('I'J:BD) 3.'11 IC..25 11,'13 Sll' CCItCRB'1'B SIDaat.lt (SBPABAftlD) 3.'11 K-26 18 .. emm RAMPS (nft 1, 2. J OR. 7) (.'2at..10 ](-27 2641 SF RBSXDKNTIAL CC8:RB'n DRIVEWAY --=ili.. 1t-28 84.9.. CCIIMDC:rAL CONIC::lUr.l"B DRIVlbfAY '5.(...q K-29 10 ft ~ FILL MATmUAL 2887 8Y at.>>.T1t8T SODDDJQ (S'1'. AUOOS"I'DfE, IaCL .." TOPSOIL) It-31 12'" nBB RBMOVAL UGt.1S' J27 It-) 0 1t-32 2 EA It-33 2850 L!' It-34 1918 '" 1t-35 932 r.r E-36 lEA TID TRIll, ~ ~ WOUND mtBSSING (ftTBm ItICDI'1'-QI'-WAY) WILL PODlTmG fOR CULVBRTS (PD L7 OJ' TRBIICK) ~ SU'B'1'Y lflLA1I (BOX cm.VU'.rS oay) ~ SU'B'l'Y PLQ (S!'01lM DJtAIHS alLY)' OIlQlU ADVISORY DAY .3 ,ct. '7S 2'1.c.I.Yi) K-37 lLS .() , ,.1.( 1.. ,."'2.. I tll.'L" MOa%LZZA'1':IOIiI !lIONDS1 I~ 2, ~ .J.n..,- K-38 lLS ~TD POLLO'rIOH PllIMDrrIC>>T 7 l\\l'" K-39 x.. 40 k-41 1 LS 1 LS 2&& TMl'J'IC COIl"1'ROL ~I~IClI AIm lD:~s sm: nDAltATIOB PI8-COllrSt'll"OC'l"r~ BXPLORA'1'OJtY "'VA'!'ICIIf ~'t. 170- 3" 5H.~> J .()~f.. i ~ It-.& 2 A 9 97 sY 1- HMAC TYPE D 'IBNPORAJty PAVEJIIBNT I (I .I; ~.u. ... s:z:z CUlt".,. BJ (UD n-. &-1 ~u.a. &.-.2). RBVISBD PropoIaJ Form ~ 19ot29 ...JU.:.J.LQ..).., J.. t:..1~\,;llNt:.t:.t<:lNl.:l PAGE 29/40 % %% %%% tv y -/A W . ....... ~.. :$III ~ ..".. Z%% aa.~ B3 - .... .JJN L __ (JIIIOnCII ao. :aat3) JIIIIp.1.tce exiBt:blS1 _1:. lines "j tlzir1 the .treet ROW lbaJ. t.. L-l 52 LF ,- PVt: WATER IIINli 7fa. o~ $ ~ crSf.. - I,-Z NA- 8- PVC WA'l'BR LnO: $ L-3 52 L.F 12- we WA'I'D LINE t::tf.o' $ 'i. 7 3l. '11- -11{ 1,-4 ULF 1~. DI laTa unm ltc, .~ $ U.. 12... Z 1 * L-5 72LP 8- DI WA'1'D. LtIlB <1r:;. ~, $ c.". ~oS. 2> * I.-Ii 213 LF 6- DX WATEll LIlU ~~. <10 $ 17. $70. l "1 ~ 1,-7 NA 4- DI WA'l'ER LID $ I.-8 NA 12 - 01 CON5ECTXQ'))' $ - L-9 NA a. DI CClItNEC'l:IOIi $ L-1O NA 6' D1 COIGmCTICIl $ L-l1 'EA C. DI COIlNBC'l'IQN \. \ l.\. 30 $ '-t.I.&./$. ZQ L-12 19, 12- PLUG 'Z.~'''Q $ 2 "'..t. '(0 1,-13 NA 8- PLUG $ L-16 3EA. 6. PLUG l~c..I.1x_ $ .;s~. .,~ L-15 NA C. PLtJG $ 1,-16 1M 12- GATE VALVE ~ $ 1. 'o~"g 1,-17 1 EA 8- GA'l'E VALVE \.101.. oS- $ I.ID&" .s- 1,-18 6~ 6- GATB VALVE ~l.. ,_ S ./., 'l... (,0 L-19 lIlA 8- x6-1Ur.DtJCQ $ L-20 lEA 6- x 4. - RBDOCER . Z. 1 ?_:?D $ 1.1~.~ 1,-21 3D lZ. MJ ANY ANaLB BUD 4'7.1u $ I."~J. JD j 1,-22 SEA 8' IfJ ANY ARGLB Bmm 3".~S" $ I. <; .,~. 7S"" ltJMSBD . _ _.2 PrOpoAI Form ~~_....- I. -.. a Pap 20 of 251 l L.L-.O-.":l'::..)..l t..N\.::llNt.t.t<lNl:! PAGE 30/40 Z D Z'%% %V V I. W -.--..-0. :z~ ~ ----- I..-23 11 SA 6. . K1 AWY ANcz'E BRND 2, ,..s. $ 2.~b.\a L-~4 1aA 4" !IJ' ANY ANGLE BBND ll~ ~., $ '2.1 J. .~~ L-25 1 ItA 12" '1'1:& :JC SMM.LD VARIABLE 8:IZE '_2...".'10 $ "3<7. ~c7 .. x a" 'I'D ~ 8" TD x SMALLKR. - - L-26 D. VARIAaLB SIZI $ 1.-27 3:KA ,. x 6" TU 2~.~o $ ~S~.2 0 1.-28 !fA 8" x 6" Crose - $ - - - L-29 NA. ,. x 6" croes $ L-30 1_ 12" x 12. 'I'APPl:RG SL~ , VALva g~5j,'l.. - $ ~.S~~- I.,-31 4. X 4" TAPPDC S1.ZEVE , VALw ~.s.5>S ,. - 3. S I" L I-~ L-32 3_ ,. X 6- TAPP~ SLDVB & VALVB 4 . 2lr:l(. - $ ~~SJ.t..- L-33 1_ 8. x e. TAPPING .$:r..lDNE ~ VALW .r;...J o~.loc $ 'iliA i) 3- t.o L-34 NA J'mB HYD1lAlfl' AS$JDIBLY - $ - L-3S 403 LF 'l'UNCH SAPBTY PLAJlJ (WA'l'BR) \.'tl.. $ "57; .b'l 1.-36 1LS ..ILlZATIONI IlamSI IRstJRAJcCx c.41.c.L.- $ .., .'l.l.c. - L-37 lLl ftOmlWA'1'llt ~J:OM PUVDl'l'%ON I. l.4 '1.1.'" $ I. '1'l;a.. - L-38 11.8 '!RAFPle CClftRO.t" '1 ~.,,,,- $ Z. '0"'''' - L-)9 lL8 J:8K)LtTIOR AND JD:SCJr.T.T.MIBQttS SITE G,.~'?9 - $ " .~Cf c; - IIGPARA'rICIr B~ar. .~ zzz c:aLV'D'l' ., (a%>> ~ 1.-1 ~-':-~ L-IJ) I . loi ","'",'" ~ '* ItJ~ !;/tf 1,/ RIMSED PtopoeaI Form Pqe2J of29 I..:~;.:-,-:;.', I "- i_JJ _'. ..... CoI '<.:Ill 'leer". .il 'l<.:l r- H',;ll::. ,j.l. I 4 I::J I :rz :t%:z :r:v v -Yilt ..,~.~ ~... . 1'.. JU.tK .... :z%% ~ aJ - ....sa DalIIG".I!Io...- . (~... 2243) Jteplec8 ea::t.t.t.a.g waae~ter l:ine. and .IIa8.r2bol_ Ji.h:JUzz the street ROW .Um!cs. 1(-1 11-2 .-) 11-4 K-5 11-5 H-7 x-a M-9 K-10 261 LF 20 LF 519 LF 20 II NA sa 1... 800 t.F 800 LF 800 tiE 1'. PYC WAS1'!I&'l'Jm L%m!: (10 I -12. AVQ DBP1'BJ 15- PYC NAST~TBR LIRE (lO'-l~1 A'VG DU'l'R) 10. PVC ~TBMl'l'ER LINE (8'-10' A'W DBPTK) 10" PYC CLASS JOO WAS"l'JMA'l'ER. LImE (a' -10 I AW DI!IP'1'H) S. PYC WAS'l'Dl*_ LIMB (6'...9' AVG DIIP'l'H) .1.Dc:l UI/IJIIi.i.z2g exJ.st: 6 " ~HR -*OLB RlHABILIIfA'l'ION (.'-10' AVG D~) ~'I'D R3RABJ:LI:TA'l':rOJll (10'-14' AVO ~H) WBLL POIIftING I"OR WA9'1'1DfA'rBR LIDS (I'D LP OF ~) '1'NIIfCH SAF1I'1'Y PLAN (1fASTEWATER,) I Sq..,) 17>.31 ,4l.. Cb~ "i.ob 2. ")0 I ~o 3.lh2..~o . ()I I. ~ '1. $ ..[9 '1'-7. 9j -A< ~ -;k. *' ,sf ~ )I-II M-12 1 LI 1 1,,1 'l'BLBVISZD IlfSPE'l'IOX 0" camtJ:k;'1'S 2.9A , 3-Scx..l~ 1(-13 M"14 1 LI iLl ....I:LlZATIORI IamSI ~ 7."0 - STORMwA'l'BR POLLUTIOR I'UVl:R'rION I~').l." 'l'.RAP~:rc COH'l'ROt. ~LI'l'IOJI Am> KISCJa.E.QEoos Srn MaPARATIQI S.I..~& - '"~- ~~"":ED: ~ as (am:r.- --1 ~ _-1.)1 $ $ $ $ 7' '200 .3c.. ~ Cff.1 21 ~ RIMSED PJopoIIl Form PIp 22 of 2.9 /3.soq- $ ~ ~ 11.. 'So $ $ $ 1b- f,L\7.~ 2. 275'. 2.\) .$ $ 7.110 - 1.041.1,' :$ c;.~~9-> ,. $ . ".399 - J74. C1r;1. ql. I/l~ 09/,1/ I -1"- ~ -: - a J . Atlh .: t 1 .. 2 ..). ..._l.... ";"1...)'-.._-.-3 J. .:lO.i-JLO..J:""',/.l. :I %% :t:t% ATIt I;..wy~ 'I. t'.. .... :c:: car.~ a2 - ~%9a ..,. N-l 4 . M:tBftRIAlV CROSSING FLASHm .........y .-2 .2 - J1eBS'l"lUlN CROSSIGLlt STRIP%RG " SIl'OP BARS N-) 4 . S'l'OP SIGlf lfrrB STRD'l" NMIB BLADRS t:.1'i1..:111'it:.t:.K 1 Nl,;l IV IWiI I-'Al:ll::. :J',L/4l::l . in 1ICt. 1 C1'JtA1IIOII 110. 2343) '~.ooo- '2 ~ C:;,~ ~~;'" .-!~.... - :EJ: ~ a2 - aDA..w...y. ~ ~.J. (aD ~"1 ,~~ .-:1). RIMSED PtGpOAJ Form Paae ~ of 29 $ e.t;~. oou- $ <" o~~ $ ZOou . -- {6~.CXJa- I: :-.11 . Molt.' _A _. 2 ...."1 -'__.1. t 'L-L...I '...L. I'....... rHI,;lc. '::'::J/'"lt:J J: It zz:r 1:'1 v Hl8!L! 1!11 1S m.~rH-@ =1C (=~ %.......t.. -- I:I:r eur.~ 83 - M)W........ U4'Daft m. :2 (~.o. 22'3) 0-1 4. .. JlCmSTUD CROSSmG PJ..afmBJl ~ S S".nor J- UUMBLy 0-2 2 . NDBs'l'RnH CltOlSNALlC S'l'IUPDIG & 2C;~ $ 4::;.~ ftOp BA.RS 0-3 4 - 8'l'OP SIGN WITH S'l'U:E'r NAME BLJ.'I)2S ';-co'" $ '2 . oocJ""' _.&.~.. .... :r;X:I c:ur...- U - ~~... AL'l"DIIa.n JIO.2 . " ~. cx::v- (am ~ 0-1 ...,.. o-J). RBVISED PropouJ Form ~ee 24 of 29 I ~;lf;~ ~.221 t:.1'll.:l.l.I'll:.l:.t'<;l.l'll.:l (~~. -,.. - pr~ e1euol~J' '>1 / ~I/ 2J/~ IJ? .3 . \5' r 2 ~ '5.02, If -; / 'I'I(/.,lt/ I 'i 3 l./C/tJ.3.s- 5'1; ~I/~. 1'/ 5CJ oq~.3t .2/ .119/ t5*~;.r/? Z,~7?rlo~.~ ........" ~ Z (&) r c.... 2:--' &-1 ... 1 A .a.-a) . .. '(oar. .... Z (B) I (.... :E.... ..1 ..~ ...n) . --'IOI.Ua -Ia % (e). Cti.4 %0.. C..l ..., 1'" c-u. . ---!fOlJPU. ...... %% CD). (1i4 Z... 8-2. ~ D-6.1) . __lJORL IRiIII XI (.) I (.w x"- "'1'" ". a_II. . 24 I ~S.., .c,L, 7'1/ /9/f. ''I 84. 198./0 2(,2/ 7i5:9~ .l <-2..1 S~. 'rc; ll)'~/ 1/1. 7 TO 1,11..0, ~gS. '5L. :197/ g95: <1(, 3cr" "l \0. "" 99; r~~ .~t/ q '1 r CJSS" .St! .2/ t/-O'!; 1:11 'It! 2.t4oq I ~S!L n< /~f// (PI'!. f I.J I oc.f~ /'1~ Of//. / / \ 7&/ t 0 '1. c.{-z., /1, 1'7<1. ;;/..3; f ~l. 17.., So --~ __ %:1: (.). ..... 1__ r-I'" A ....U) . __trOBI. .-. Z:I: (e) I (Ma %~ 0-" till .. ....11) . --.... .... Z% (.). r..... ~ ...1 tlt.1-A, a-uJ . .B_ I~ ... U (%). .. :r.... ,..2. ta. .. 1-11) . --lIfOIUe ... U (J).. ... z--. "'-1 t:k .. iI-') . __IIODL ... uz (a) I ... ft_ It-I ~k .... r:-oJ . --...... ... U% eL). (IlW ft-. 10-1 .all . t.-J') . ......... ... :lU (XJ. c-. ~ a-l ~ lias..) . 'MRL ... -=1 . t-'Alil:. 34/40 V' adlIl~i... &.1.~.. ... 1 (-h ... ~ ., ~. J -A II-J) . l.~.. D~-- I "~ - aD - _n... 0." J~_ _. 1 .%lh ; JY1, ~. 3'} II. ~ 1,', (,n. ",,0 . ~u.... 'u'eeze&tIe ... 2 (0). elM n.. ~1.' -. ....JJ I"'" .. aD - IDUT"''''~ 'AI. ,. _... 1 _... ~ a., . I.. ~ OOD ' . /~ .;:, :W.;: I ~r ;)00. &.72.$0 1 ] !!!!l!. The abDfge Wlit pricu muat iDClude all labor. ..t:.e:dal., ~l, ov~h...c1, profit. UuN.reDce, eto.. to cover ~ fillillhe4 Wl:)Z']c of the -.veal kizal5a c:allecl for. ~ t:.he Otm.2: n..neliJ the right:. to iller..... or &aerea.. the c:ru.antity of any bid item. "1'he a]:)oye REVISED PropouI. Perm PIle 2S of ~ I "III ,~ m. 3 I ' -;,. ... 110. ~ : ..: CI"" -~ L Cl .,:):. <J 1 tN.:l1 NI:J:..~ 1 NG PAGE 35/40 QUaAtit1.. are ~a:d.aat., izIlI=lude &11 a44iUou1, aOZl~il1l'C1CY iD .~ ca..., ~ aay VIlrY fran the 'fiaal qtMlQtit:i.ee. DO ... -- - ..... - _ ~ >>......_ .. ~ -"''a"~.. ™ und.ersigned hereby declar.. that he h.u vis! ted. the si toe and has carefully exae1fted the pl~1 speci(1eatians and contract 40cumantl relating to the Work co~ed __ hi. bid or bids, that he agrees to do the wo:r1c, and tbat no r.rll.en~ti~ made by the City are in any .en.e a warranty but &r4ll IftIU:'It Ut.ima.t4llB for the ~idan.c. of the Contractor. oPoa notificat.io.n of aW8.J:'d of contract, we will within ten ClO) calenCar claYll ..oute thtI formal contract and will deliver a PerfOZ1ll8DQ8 BoIId (as required) fOr the faithful perfo~c. of thi. cOGt.ract and- a P8.'ymeZ1t. Bona (all requ1red) t.o ia.ure PIlyJlflDt for all labor and lIaterial.. The bid bond attached to this propUal, in the amouat of 5' of the hiGlheBt: amou:nt bid, i. to beco.e the property of t.he City of Co1:pU8 Christi i:a. the Wernt the can~aot and. bonds are not exectated wi tbia the time above set forth as liqui.da.ted daJages for the d81ay and additional work cau.sed therllby. . .i..n._~:I._ -s..... atellZ>>&:I._ ~e:l....l_1 'l"he apparent low );)1dder shall, within two ~. (rive daya for COIltr.otonl out.i4e Nueces .Coun:y) of receipt of bi4lt, subadt to the City BDgiDeer, in lr.ritiDg, the DUleII ~ addrettSl!!II8 of Mall: fkraa partic::i.pating in t:h_ contract anCl a c!e.Crlption of the work to be performed. and it.e dollar value for bid evaluatiOl1 puxpoae. · - a; ., a~ ..~. o. J)aa 1.~.' '!'he contract. and all bonds will be prepared in not less tban four counterpart (original signed) .ets. ~.- of ~.~Mml The unCI_signed agr... to <:oq)lete the -.ork within ~ from the da~e 4..igDate4 by a Work OCd.er. Bach Stage of the ~eQIII)leted within the number of eall!!llndar dayw allocated below: ra- DaY ..- ft_ :r 2DO c.l~ __ Coutruct 'h\anJc .MaiQ B-1 an4 all &88OCi&ted iJII)roll_ata which ...11 aclll.de but are Dot limited to utility, et.reet and aita wo:rk per c:ontrll~ plana q4 spec1f1oaticm8, and All illu.ested em Sheet ] of 113 of th8 drawings. .... ., .......- · ia ..,.....-- .. .. .- .-.. .... - ,_ SUbatant:b.l cClq)leticn .htil be "IiUiI" on eatief-..eory work, aamp1etid 1D accordance with the plus, specification., and other coat:ract 40CUMlnts and verified by the City. ft_ %1 :JOO c:..-"-" ~ CCI18truet 1'runk Main B-~. BOnd 2004, CIUBter " )Je1ghbolrboo4 Street RecCllUltruction and ADA. C~liat1c. _ Alameda Str-.t ~ro"'-.eDta wbieh .hall include but are not l1aited to utility, street and. sit.. work per contr.c:t plat18 and .p..ifiaationa. aDd &II illu.tratl!!lld on Sheet 3 of 113 or the dr.-inVII. ~ J:ZI 13S Ca1...su__ C0D8~t 'h:'IIDk *1:a. B-3 and &11 .slIOCiat.ed improv-.ats which BluUl 1Ac:lucS. bu.~ _. DOt:. 1 iai tee! to uti 1 it:y , street and sit.e wort!: per cont:%llct plan. and lilpecifi.ca.tions, ancJ .. :l.llu8trated em Sh_t 3 of 113 of the 4rawiDg8. RBVJSBD ~1UIIl Paae 26 of 29 1.:-: ~~.221 rHUc. ";)O/l..ttJ --!!1r41:~ ~e~~~aH:ca~i__.-.: other contl'act 4ocumaut. an<!. veritiacl by the Cicy. KIM ....__ e_ __ .... i. BOt: ~t"'Dl.. The UIlduaigned further deelare. t.hat b. will provide all l1ec..aary tool. and apparatus, do all the work aDd fundah all materiaJ.. and c1Q ev~ required to <:any out the above -..mtioned work covered. by thi. propollal, in strict accordance with the contract doc:ument. afld tb.e ret.:lUirta.en.ta pd1:aining thereto, for the SWl or .\m'18 above .et forth. ,~ ?1d51o~ (SEAL -If Bidder i. . Corporation) Re&pectfully submitted: ~: SLC Construction, L.P. By: Sara L. Clark b~vtR. ~ (SIGllATURE) \ Addre..f.O. Box 639, Conroe, Texas 77305 (P.o. Box) (Street:) Telephone: 936-441-8088 ~. 00 not: tlat:ac!li JU.4 fram ot.her pIIp.n. Pin ill with lBk III1d INlatt OIeD1et. nth .tt~ paper.. PRPIPC) lUMSBD PnJpoMJ Form Pap 'Z7 of29 I.. ...: .0. 3 I ' --.. 1 1 ... I The Contractor wiLl commence work within ten (10) calendar days from date they receIve written work order and will complete same with i n 625 CALENDAR DAYS after construct ion is begun. Should :ontractor default Contractor may be liable for liquidated damages as set forth In the Contract Documents Cl ty wIll pay Con t ra ctor in curren t funds for per formance 0 f the contract In accordance with the Contract Documents as the work progresses SIgned in ~. parts at Corpus Christi, Texas on the date shown above AT~ST: ~ City SACr~ary ~~._- CHRISTI Ronald P. Massey. Asst. City M of Public Works and Utilities L ::i\1'~~' Asst City Attorney ~ By. f/t E.-I~ If/~6 AngeL/R Escobar. P.E. Dire~tor of Engineering Services CONTRACTOR ATTllST: (I f Corpora tion) (SeaJBelow) SLC constru~~L.P. By&n~ ~~i~ Sara L. C ar (Note; If PfII'!'IIOn signing for cotpfWBtlon I. not President, attaclt copy at authorization to sign) Title: President of SLC Construction-I, LLC J17;pD~'~ 353. AUTHORlltil IY t>>UMCll ..__JJlJ2.LjJ1L. SEooA P.O. Box 639 (Address) Con roe, TX 77305 (City) (State) (Zip) 936/441-8088 * 361/851-0612 (Phone) (Fax) Agreement Page 2 of 2 .... .''''''!''', -..- ......... -~ ....~,~_._-,_._..~...,.,.,.,._..."",.,.,...,' -_.- ._--..--.- ,.._-',,_. PAYMENT BON D STATE OF TEXAS S Bond No. 6331734 KNOW ALL BY THESE PRESENTS: COUNTY OF RUECES S TBAT SLC Cons~ction, L.P. of MONTGOMERY County, Texas, hereinafter called "Principal", and Safeco Insurance Comoanv of America, a corporation organi zed under the laws of the State of Washinaton and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the Cl ty of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ELBfEN KILLION, THREE BUNDRED, FOUR HUNDRED FORTY-ONE AND 39/100($11,300,449.39) 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 ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TIlE CONDITION 01' THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 31ST day OCTOBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: LINDALE/CBENOWETB SUBDIVISION AREA DRAINAGE IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTROCTION AND ADA COMPLIANCE ~VII!nA STREET PROJECT NOS. 2243, 6367, 6392 (TOTAL BASE BID + ADD.ALTS '1 & #2: $11,300,441.39) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety lS hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PMOVIDSD FURTHER, that if any legal action be filed upon 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, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder" Payment Bond Page 1 of 2 ~. ~. '-,~' .,'~ ~" ..,.,",...~~-_.-.........-- This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material II , as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. x. W7~SS NHERBOF, this instrument is executed in ~ copies, each one of which shall be deemed an original, this the 8th day of November , 20~ PRINCIPAL SLC Construction, L.P. ~c-i eMAV "- ' By: Sara L. Clark, President of SLC Construction-1, L.L.C. (Print Name & Title) MTEST /'/ /~f. ,/,,/ N/A- (~ ./ secretar~L.~.J..()L (1 (' ~( (Print Name) I SURETY America Attorney-in-fact Steven E. White 'Print Name) 2'he Resident Agent of the Surety in Nueces County, 1'exas, for de~ive.zy o:E notice and service of process is: Agency: Swantner & Gordon Insurance Agency Contact Person: Mary Ellen Moore AtJdrellll: P.O Box 870 Corpus Christi, TX 78403 PIIone lImDber: 361-883-1711 tl (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 ...,., -~. .......,""'- ~_. .-- ,-~.;_.,,--..;>;., ,;~.,.,----._., -.'.......'" PBRFORMANCE BOND STATE OF TEXAS ~ Bond No. 6331734 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT SLC Construction, L.P. of MONTQOMERY County, Texas, hereinafter called "Principal", and Safeco Insurance com~ny of Americp a corporation organized under the laws of the State of ashlngton , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the Ci ty of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ELEVEN MILL I 01' , THREE IlUNDRBD, FOUR HUNDRED FORTY -ONE AND 39/100($11,300,441.39) 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 ourselves, our heirs, executors, administrators and successors, jOintly and severally, firmly by these presents: TaE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 31ST of OCTOBER, 2006, a copy of which is hereto attached and made a part hereof, for the construction of: LINDALE/CBENOWETH SUBDIVISION AREA DRAINAGE IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTRUCTION AND ADA COMPLIANCE ALAMEDA STREET PROJECT NOS. 2243, 6367, 6392 (~AL BASE BID + ADD.ALTS #1 & #2: $11,300,441.39) NOW, ~BEREFORE, if the 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 obligation shall be void; otherwise to remain in full force and effect. PROVIlDD 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, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 "- .-........... --,..,,-.~- --.-._,,,-. .-._.....-_....-..... ...._~.......~' '"~_,.,..~,.,~..c;;_."""'-..-"""",. .,.....,., This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State 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 delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. I8 WI~SS WBERBOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, thrs--the 8th day of November , 20 ~ PRINCIPAL SLC Construction, L.P. By: bWiJ ~ U~ - Sara L. Clark, President of SLC Construction-1, L.L.C. (Print Name & Title) .. ~//~'/- :';/ A.&;TEST/.;;/__// . ./., // ~/ // ------- /' Nt A - .- .... Secretary C[.'~SLAL., C.. C (~L (Print Name) ~ SURETY ~:~Y~;::Lcot(f;;erica Attorney-in-fact Steven E. White (Print Name) The Re.idezat Agent or the Surety in Busce. County, Texas, ror de~i vezy or notice and service 0% process is: Agency : Contact Per.on: Address: Swantner & Gordon Insurance Agency MaryEllen Moore P.O. Box 870 Corpus Christi, TX 78403 361-883-1711 till Phone 1ftImber: (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.o. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonds proj ect Name/No.: Various Projects Surety Company: Safeco Insurance Company of America Gentlemen: I, hereby M. Ross McC~ick certify that the facsimile power (name of Officer of surety), of attorney submitted by (Attorney-In-Fact) C:t-9't7An ~ ~; ~~ for \I;::lrinll~ Pmjp-r.t~ ~nrl \I~rinll~ ~ontr~r.tor~ (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in wrlting by certified mail within seven (7) days thereof at the following address Clty of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 Signed this 8th day of November 20~ Safeco Insucance Company of America Name: --N\.., ~ ~,C-~ Title: K.~.~ S~\ Sworn and subscribed to before me on this 8th 2(..06. da y 0 f November tf~f lnitJidit /l1fdO Notary Public State of Texas My Commission Expires: 11-06-2009 (Re'J'lsed 9/03) ...... 8fM. - ...... NaIIry AIbIIc, _",-. _Col....... -..11.... ATTACHMENT 1 1 OF 1 _. ._""', .".....~- ,~.' ~-,~_...""'.._"--~_..~._.,-~.. -'_.-._._,~_.-_.- ._--, ;,-~ _. ..--.._. "--'~'--"'- _. POWER OF A TIORNEY Safeco Insurance Company of America GenerallnsurallC8 Company of America Sefe<:o Plaza Seattle, WA 98185 KNOW ALL BY THESE PRESENTS: That SAfECO INSURANCE CO.ANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation. does each hereby appoint ***-*-MARIL YN CALHOUN; SANDRA J. CLOCK; BRADLEY D, JOHNSON; JOHN J. PAYNTER; LAWRENCE L RHODES; STEVEN E. WHITE; Houston, Texas; THOMAS N. GILLIS; M. KATHERYN MACFIE; KIM VASQUEZ; Dallas, Texas; TERESA GODSEY; BRENDA MCCAW; ERIN MOSS; LINDA WHITE; Ft. Worth, Texas; STUART l. IVERSON; Tyler, Texas**-**** No. 10661 Its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business. and to bind the respective company thereby. IN WlTNE. WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMMICA h..,. each executed and attested th... presents this 17th day of October 2006 ~~~ ST.HANIE BALEY.WATSON,SECRETARY TIM MIKOLAJEWSKI. SENIOR VICE-PRESIDENT. SURETY CERTIFICATE Extract from the By-Laws of SAfECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "ArtiQe v, SecIion 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice Preslrlent aPlill*lted for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attOl'l'l8ys-in-faclt or under other appropriate titles with authority to execute on behalf of lie company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business... On any instrument maklng or evidencing such appoinll'Mllt, the signatures mey be affixed by facsimile. On any instrument conferring such authority or on any bond or und8lltaking 01 the company, the sul. or a facalmlle thereof, may be impressed or afllxed or in any other manner reproduced; provided. however, that the seal shaH not be necessary to the validity of any such instrument or undertaklng.- Extract from a Resolutipn of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. .On any .certbte executed by the Secretary or an assistant secretary of the Company selting out, (I) The provisions of Article V, Section 13 of the By-Laws. and (ii) A copy of the power-of-aItorney appointment, executed pursuant thereto, and (Hi) c.tifying that said pow8l'-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimUe, and the seal of the Company may be a facsimile thereof.- I, 5t.ania Dilley-Watson . Secrelllry of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE CO.ANY afr AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of thele corponIIlons, and of a Power of Attorney iuued pursuant thereto. are true and correct, and that both the By-Laws. the Resolution and tfte Power of Attomey are stili in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said c:orporatlon this 8th day of November , 2006 ~J(jV~~ STEPHANIE DALEY-WATSON, SECRETARY s-oa741OS 1\."~5 5ate~ and lha Sateco logo are registered lrademarks of Safeco Corpcntion. WEB PDF ,,",...,. ""'JI/!.!'".........,.. .....,.... ._ .~_._._"~,.,.,.....'O_,~.._,,, ......... -.-..-..-,. -."..- ....---..._,.,"'--.-. ACORD.. CERTIFICATE OF LIABILITY INSURANCE CSR JL I DATE (MM'DD/YYYY) SLCCo-1 11/07/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL Y AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance ~liance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1776 YorktoWll, #200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77056 Phone: 713-966-1776 Fax: 713-966-1700 INSURERS AFFORDING COVERAGE NAIC# f----~ -- -'--..-- ._-_._~-,._---_...._._,..__. ._"--- .--- INSURED I INSURER A: Valley FO~9. In.uranc. COIIp&ny 20508 I [INSURER B: Continental C..ualty COIIIp&nY 20443 I SLC const~ction LP I INSURER C P.O. Box 9 ~SURER D: Con roe TX 7305 , INSURER E: COVERAGES THE POLICIES OF INSUAANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INaJRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ,-- ~W~MlWDlYY1 "8kfeY' D}h.~ LTRiNSAQ TYJIE OF I i POLICY NU"ER LIMITS I GENERAL LIABILITY V EACH OCCURRENCE $ 1000000 A X ~~MMERCIAL GENERAL LIABILITY 2091480041 08/01/06 08/01/07 PROOES (E~~~';~nce) $ 100000 . ---t-.-c CLAIMS MADE ~ OCC0R v" MED EXP (Anyone person) $ 10000 I ,~contractual Liab PERSONAL & ADV INJURY $1000000 I ~ X X, C, U Included GENERAL AGGREGATE \ $2000000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMPIOP AGG $2000000 I POLlcylXl ~~ ~ LOC I AUTOMOBILE LIABILITY \/ , i COMBINED SINGLE LIMIT $ 1000000 B X ~ AN" AUTO 2091479956 I 08/01/06 08/01/07 (Ea accidenl) I i - ,ALL OWNED AUTOS V / BODilY INJURY I (Per person) $ : ~ ""eo"-,,,",,,, I HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) f -l ~,...- ~-- --..--...--- . PROPERTY DAMAGE $ I (Per accident) I : GARAGE lIA1IL1TY I AUTO ONLY - EA ACCIDENT $ '-I ANY AUTO I OTHER THAN EA ACC $ ---j i ./ AUTO ONLY; AGG I $ / I I EXCESSlU.-RElLA LWllLlTY I EACH OCCURRENCE ~ 2000000 L ~~ B l~ OCCUR ! __ CLAIMS MADE 2091480007 08/01/06 08/01(07 AGGREGATE $ 2000000 .. $ ';l DEDuCTIBLE I 1$ i iX RETENTION $10000 I $ i WORKERS COMP8SATlON ANO V/ I X I TORY LIMITS I IOJlti I E"LOYERS'lIAIlUTY 2091479911 08/01/06 08/01/07 E.L. EACH ACCIDENT $ 1000000 A ANY PROPRIETOIWARTNER/EXECUTIVE , OFFICERlMEMBERlxCLUDED? I / E,L. DISEASE. EA EMPLOYEE $1000000 ~~~M.L~~~v~S3s below , , V E.L DISEASE - POLICY LIMIT $ 1000000 -t---.. T OTHER I I I : I I I I DESCRIPTION OF OPEIUIInONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDeD BY ENDORSEMENT I SPECIAL PROVISIONS /. Project No. 2243,6367,6392 - Lindale/Chenoweth Subdivision Area Drainage IlDprovements Phase 1,Part B,Bond 2004,Cluster 6,Neiqhborhood Street Reconstruction & ADA Compliance Alameda Street. "The City of Corpus Christi is named as an Additional Insured on all General Liability and all Automobile Liability policies II as required by written contract. CMTlFlCATE HOLIER CORPU-1 CANCELLATION . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOR,E THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL.s....- -. tIlJMAlL 30"'; DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT _RBlaaxIllXSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Corpus Christi Dept of EA9ineering Services Attni Contract Administrator PO Box 9277 Corpus Christi TX 78469 v' ~ ACORD CORPORATION 1988 ACORD 25 (2001/08) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of I nsurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001 101) ----,.,_.......,. _. ..,,_. -.,--..,-....-....,........-- ",.--,.--- .-.-. .,~,...",.. ..- ISle Construction, LP Paley No. 2081480041 m8: From "13-966-1700 GIll To Sylvia Page 2/4 Date 11/14/20062:49:33 PM / ~ , CJ..M0331.A (Ed. 01~1) ,Tf .......... ..-1nIUIanIle 1IftIlIIdIcl1.Wllr.. taIIowIng: ~IAL"AN.. UABII..JTY COVElW3E PART ICHEOULE ......,.......1_. - .. L' \ 1~ V. City of Corpus Christi, Dept of Engin_ng Services, Aftn: Contract Administrator, P. O. Box 92n. Oerpua Christi, TX 78669 . (c. 41J .,t..... _ . 11 _. ..11II........., III ..,. ......., In III.............) A. WHO..',...... MI............ ....... lit II~ .... III a. ~:_ III .. ..... or .. . ....... in .. ...... ..........,., _. 10 ........$CIII.. ~ . ...... ar_ but . ._....... _ 1. CIpl_ln:.. II' IleclaIt*lIlIIIcIwe UIng till .. af .. ._ 2. =... ... 10 lit .1Iadtt .,' ....,.,., . III...................... .. TIlt...... ~ to lie IdIIIonaI ...... II I....~ 1. _... ~.......... II an ........... E..-.'. .1................... .. 10 YlU ........' IJ hIn .,.. W'DlII" faf .. ....... II ... ... ~ .. ,. . _ ......... No . tit...... -*I....... ......... ...... 2. '"- UnIII .. ......... ........ 10 .. Ell ~ .. ... ...... in .. ....... cr IIIIIIn ......... .. In .. .- .' ..... ... ..... IlNaIlevIr II ... :~___"lnlMIve ~.nd IIDl In.. .... UmIII 01'...... IIMiIIlIn In III B-14C1S311\ (6:l D1~t) 11le ...... ...... 10 .. ...... IMlnd Ilf lilt ........ IIlCI ........ r. of lit dIItIIIDn III ...... ..... undIr OEFNTIDNI....... VI- nae ...., .. .~ .,. . ......., ....... ..... .. or .. -,.tlIltr . . d ___ t....r unIIIa ...... ., lie .., oantrIC:t or wIIIIIn ....... 4. lllI ___ jIRNIdId .. lie ...... i'IIInd .. nat .. 10 "bolIIr ....". "propIfly -.ge: 01 ........ ... ........ InjllIy" ...... lid ~ .. II'CtIIIIIIIW. ........ or ...... .... of. ar fIAn III ..... any ~ ......nIulIng: L The................. or fIIlinI tD JIr8IIR or ...... ..... .. ...... ....... MIIOl'II. ..... IIld ...... Ill-. lIIdn or ...... and Jp I - ~ '"II; .... b. II, mllal,. or ftIpIc:Ian ...... J*bmId . pili Gf .. ...... ......... or ..~--...... C. ,. ........ .. ....... pI'llIlIIlIIcJ .. .. _ r I r.... __ IV - ~ VCIAL -. UMUrY OOIIDITICRIINI...... IS lDbI: 1. 11lI ftIIaWlIIIlI .... to fie DIIIIIa In 1M e.nt of 000l1_.. on... CIIIm or SuIt CondlIon: Pige 1 aU / ~Jf/J~~ From 713-9661700 ISLC ConIIruction LP Policy No. 2091480041 .. An..... ~ IIIIlIIr IIlII II ..III.... wII.....,.] I '". (1) B!il~~":or.:r=r:::: 01' "fIIIr IIIlIIIr tit ......: .. T............ ~ or.. ... . .... ID .., ... InIliIIr WIlIah ......--.......- lnIW.... CanrqI PIIt; Ind (I) .... till .... ..... .. oIlIr __ .... .. IIIIIIIllnII -- hII ., a .. _ _ ulllIIr INI ~PM. f. Wa 11M . .. to ..... 01' IMIIInIIY III adrJlloMl ..... undlr .. .. *J lnInI - i ca.1...! '" (Ed. DIm) To Sylvia Page 3/4 Date 11/14/2006 2: 49: 34 PM G-WOI31-A (8d. 01AU) llIIII .. .... IIIIIIIn .... of a c:IIlm or ..... ..... addIIonIIlMuNd. I. PwIgNph 4JL or..OIIIar ___ 0and1lan II dIIIIId and.......... ~ ... DIMr~ Ia. E-.___ TNI.... 11_ CMI' .. aIIar ___ __ .. adMlnallllllnd . .. -- ...... ...... ...... ...... an., ~........ a _ ...-:t or wrIIIn ......... apaaIIIaIJ ......l1li.. ...... be ... ..-r 01' ..-.r and IlOII0000llt"*'8. ~~ .....!:;' .~. :'~'~i '. .! ',,:,,"" ,~...,.~.. ',' - , ~, PIlI 2 of2 F faIT' 71 3-966-1700 TO Sylvia Page 4/4 Date: 11/14/20062:49:34 PM CG0205 1204 POLICY NUMBER: 2091480041 V Page 1 of I COMMERCIAL GENERAL UABIUTY CO 02051204 l1IB EN~NT CHANOIS THE POLICY. PLEASE READ IT CAREFULLY. yTElAS CHANGES - AMENDMENT OF CANCELLATION . PROVISIONS OR COVERAGE CHANGE This endors8M8nt ~ ins&nnce pnMded under the following: v' CC>>M~ C~. FW. UABIlIlY COVERAGE PART LIQUOR tlMlU1YQO\IERAGE PART OWNE~D CCIfIRACTORS PROTEClIYE LIABILITY COVERAGE PART POLLUTJIIN LIABQnY. CC COVERAGE PART PRODUdf~ COVERAGE PAIl' PRODU~ OPERAT1ONS _UTY COVERAGE PART RAllROAl PRO~ L\ABll1lY covElAGe PART In the eYent ~. ClInc:eIIIIIIlIn or INIeriII chMge _ recIucee or restic:tl1he inIwIlnce alIordecl by this Coverage Pert. we agree to mail,.nor wrIItM notice of ClII~' <<maleriaI change to: SCHEDULE 1, Name: Ci ty of Carpus Olristi Dept of BngineeTing SeTVices, Attn: Contract Administrator / 2. Addr-J:. O. Bole 97,77 Corpus OIristi, 'IX 78469 . 1/.,' ~4,.I1....:/J~r J ~,' I's FAXmaker FAX Server - For more informs on, visit: http://wwIIv.gfLcom POLICY NUMBER: 2091479956 / COMMERCIAL AUTO CA 20 41 02 99 TH. ENDORSEMENT CHANGES THE POLICY. PLEASE READ rr CAREFULLY. DESIGNATED INSURED This endorsement modifies Insurance provlded under the following: BUSINESS AUTO COVERAGE FORM GlAAGE COVERAGE FORM MlTOR CARRIER COVEfWIE FORM TRUCKERS COVERAGE FOAM With ,.peel to coverage provided by this endorsement, the provlllon8 of the Coverage Form apply unless modified by this ertllorsemtnt. This .aors..,t 1d8ntifte8 pefSOllls) or organIution(s) who are "lnI\nd8- &Dier the Who Is An Insured Provision of the Coverlge Form. This MKIors8rnent doeI not liter coverage prOvIded In the Conrage Form. This Mdorsement changes the polly 8tIectIYe on the Inception dete of the poley unless another date Is Indcated below. EndcRement Effective: . C By: Insur I NamM1lnsured: SLC Construction, LP i - = - . I ........ SCHEDULE V' ......01 ~.) or t: 'BMET BASIS I PER SCHEDULE ON FILE WITH COMPANY City of Corpus Christi, Dept of Engineering Services, AUn: 9227, Corpus Christi, TX 78469-9277 Contract Administrator, P.O. Box I I ;; (If no ....try ....... above, Inlonnatlon required to complete this endorsement wHI be shown In the Declarations as appllclble to 1M endorsement.) Each ...rson or organization showIIln 1he Schedule Is an 1nsurld" for LiIbIIly Coverage, but only to the extent that person or orglnlzatlon quaJlftes as an 'nMJred'" under the Who Is An Insured ProvIsIon contained In SectIon . of the Coverage Form. CA 214802. Copyright, Insurance s.vtces Office, Inc., 1998 P8ga1of1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective I~-/ I . ~:l ... . -5/) /3~?>- . (Authorized Representative) 30 days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: Named Insured SLC CONSTRUCfrON, LP (Enter Name and Address) City of Corpus Christi Dept. of Fngineering Services Attn: Contract Administrator P. o. Box 9277 Corpus Christi, TX 78469 .- -,.. --- ~ --- ~- -.--..-.. ----'" .-.-,;. "-'~'-""-'-~- ...,~ ,_-',.- ._-.... I - - g EiiII it g 5!'! = ==- WORKERS COMPENsATION AND EMPLOYERS LlABUTY INSURANCE POLICY we 420601 (Ed. 7-84) TEXAS NoncE OF MATERIAL CHANGE ENDORSEMENT Thll endor-.nent applies only to the insurance provided by 1he policy because Texas is shown in /lam 3.A. of the InJannatton Page. In .. event of cancellation or other material change of the poley. we will miD advance notice to the person or orglftization named In the SchecUfe. The number of days advance notice Is shown In the Schedule. Thllendorsement shall not operate directly or indirectly to benefit anyone not named In the Schedule. Schedule 1. Number of days advlnce notice: 30 / , 2. Notice will be mailed to: City of Corpus Christi Dept of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 ! I I ... ThII............. .. poIcr to ..... III aII8c:Md .-.d II .,..,. on .. ... ..., unIeIa oIherMIe 1IatId. (lIII1I1loI....... below II requhd orifI when 1hII..........1l1MUl1d ~ 10 I"P-...... of IMt poky.) ~.... I .- _"'2091479911;;5. . lHo. IflIUr8d SLC CDNSTRUCfrON, LP , / S n lneur~~ VALLEY FORGE INSURANCE I' Cour.IIlI""'.-d~ . . -.. '17- we 4116 01 (Ed. 7-14) v/ fJ~~ .......' .....,,- .,.-.-.--..-...... .----- <-~ ".~ -,~ ,-_.. --. (ReVlsed I 5/00) LINDALE/CHENOWETH SUBDIVISION AREA DRAINAGE IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTRUCTION and ADA COMPLIANCE - ALAMEDA STREET Table of Contents NOTICE TO BIDDERS (R'c'vised liS (0) NOTICE TO COHTRACTORS - A (R,"vised May 2006) Insurance Requi rementf NOTICE TO COIITRACTORS - B (Revised 7/5/00) Worker I s Compensation <:.":overage for Building or Construction Projects for Government Entities SECTION A - SPECIAL PROVISIONS A- 1 A ) A- 3 A-4 A- '; .A - 6 A - 7 2\- 8 .A - 9 A-IO A-ll A-12 1\- 13 \-14 A- 5 A--16 A-l7 A- 8 A- 9 A-20 A-21 A-n A-23 A-;!4 A-25 A-26 A-27 A- 8 A- 9 A-)Q A- n A-32 l~- l3 A-54 A-l5 11.-36 11.-37 11.-18 A-39 ~-40 A-41 )""-42 iI, - l11 ,\-44 Time and Place of Receiving Proposals/Pre-Bid Meeting Definitions and Abbreviations Description of Project Method of Award Ttems to be Submitted with Proposal Time of Completion/Liquidated Damages Workers Compensatiun Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spdlage and Tracking Excavation and Removals Disposal/Salvage of Materlals Field Office Schedule and Sequence of Construction Construction Project Layout and Control Testing and Certification Project Signs Minority/Minority Business Enterprise Participation Policy (Revised 10/98) Inspection Required (Revised 7/",100) Surety Bonds S.::tlcG 'Pal[ KHcmption JlO LONGER APPLICABLE Supplemental Insurance Requirements Rcsponsieility for Dum~gc Cl~imG - NOT USED Considerations for Contract Award and Execution Contractor's Field Administration Staff Amended "Consideration of Contract" Requirements Amended Policy on Extra Work and Change Orders Amended ~Execution of Contract" Requirements Conditions of Work Precedence of Contract Documents City W~tcr F~ciliticG. Cpcoi~l RcquircmcRtn - NOT USED Other Submittals (Revised 9/18/00) ~~ended "Arrangement and Charge for Water Furnished by the City" Worker's Compensation Coverage for Building or Construction Projects for Government Entities Ccrtif icatc of OocupaRcy ~R€l- Fin.::tl !\.cccpt.::tncc - NOT USED Amendment to Section B-8-6: Partial Estimates Ozone Advisory OSHA Rules & Regulations Amended InderrmificaLion &: Hold Harmless Chanqe Orders (4/26/99) TOC Page 1 of 3 A-4S A-46 A-47 A-48 A-49 A-jO A-51 A-j2 A-53 A-54 A-55 A-56 A-57 A-j8 A-59 A-60 A-61 A-62 A-63 A-64 A-65 A-66 A.s-Built Surveys and Drawings (7/5/00) Disposal of Highly Chlorinated Water (7/5/00) Pre-Construction Exploratory Excavations (7/5/00) Overhead Electrical Wires (7/5/00) Amended "Maintenance GuarantyH (8/24/00) Trench Safety Errors and Omissions Lack of Information Elect.ronic Bid Submittal Measurement and Pa~nent of Subsidiary Items of Work Dewat.ering Storage, Access and Security Stormwater Pollution Prevention Temporary Solid Waste Collection Service Maintenance and Control of Wastewater Flows Dust Control Noise Control and Working Hour Restrictions Use and Possession Prior to Project Completion Tree Removal, Protection and Trimming Other Accessibility Requirements Supplemental Material Cover Sheet List of Sheet Numbers Submittal Transmittr11 Form, Section A - SP, Page 32 of 32 SECTION C SECTION B - GENERAL PROVISIONS SECTION S - STANDARD SPECIFICATIONS FEDERAL WAGE RATE AND REQUIREMENTS 022022 02521j 026201 026202 026404 026409 026411 026416 027203 02720S 050200 070020 SBCTION '1' - 'I-000I00 T-000200 T-021020 T-021040 T-021080 T-022020 T-022040 '[-022080 T-022100 T-022150 T-022420 T-025205 T-025220 T-025404 T-025412 '[-025414 T-025416 '[-025424 T-025608 '[-025610 T-025612 Trench Safety for Excavations Cement Stabilized Caliche Base Water Line Riser Assemblies Hydrostatic Testing of Pressure System Water Service Lines Tapping Sleeves and Tapping Valves Gate Valves fur Water Lines Fire Hydrants Vacuum Testing of Sanitary Sewer Manhole and Structures Fiberglass Manholes Welding Asbestos Remo~al TECBHICAL SPECIFICATIONS Submittal Transmittal Form Remove & Relocate Traffic Signs, Mail Boxes, Roadway Signs, Light & Traffic Signal Poles Site Clearing and Stripping Site Grading Removing Old Structures Excavation & Backfill for Utilities, Culverts & Sewers Street Excavation Embankment Select Fill Material Cement Stabilized Sand Silt Fence Removing and Replacing Pavements Flexible Base - Caliche Asphalts, oils and Emulsions Prime Coat Aggregate for Surface Treatment and Seal Coats Seal Coat Hot Mix Asphaltic Concrete Pavement Inlets Concrete Curb and GULtet" dnd Valley Gutter Concrete Sidewalks and Driveways TOC Page 2 of 3 T-025614 T 025802 T 02 ')807 T 026206 T 026210 T 026402 T 027202 T-027402 T 027404 T 027602 T-027610 T 028040 T 028360 T-028500 T 029000 T 030020 T-032020 T 037040 T-038000 T 055420 Concrete Cu:b Ramps Temporary Tlaffic:ontrols During Construction Pavement Markings Ductile IrOll Pipemd Fittings Polyvinyl Chloride Pipe Installatior, of Wat:erl i'l.es Storm Drain Manholes Reinforced ('oncrett~ Pipe Culverts Concrete Box Culverts Gravity Sanitary Sewers Televised Inspection of Conduits Erosion Control by Sodding Chain Link ~;ecuri ty Fence Curb Inlet Silt Fence Stormwater Follution Prevention Plan Portland Cement Concrete Reinforcing Steel Epoxy Compounds Concrete Structures Frames, Grates, Rings, and Covers APPENDIX A - Geotechnical Investigation LIST or DRAWINGS NOTICE AGREEHaNT PROPOSAL/DISCLOSURE STATEMENT PAYMENl' BOIID PERFORIIANCB BOND TOC Page 3 of 3 NOTICE TO BIDDERS :f:' NOTICE TO BIDDERS Sealed proposals, addresseo to thE City of Corpus Christi, Texas for: LINDALE/~WETB SUBDIVISION DRAINAGE AREA IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6 NEIGHBORHOOD STKBET RECONSTRUCTION and ADA COMPLIANCE - ALAMEDA STREET; consists of the construction )f a storm irain .runK main and other drainage, pavement and utility improvements, and is more particularly described as follows: approximately 6462 LF of (5'x5" to 8':-::8 i box culvert, 3717 LF of (24" to 60") reinforced concrete pipe (RCP); 43,324 SYof asphalt pavement reno\/atior 51,9')0 SY of subgrade, and 33,534 SF of concrete driveway; 25 10S LF curb and gut 'er (; val hy <Jut ter, 98,566 SF sidewalks, and 93 EA of curb ramps; L6 631 SY blanket grass sodding; 1452 LF of (4" to 12") DIP water line; 5187 LF of (8" to 12") PVC water line; 1 fin' hydrant assemblies; 1495 LF of (8" to 18") PVC sanitary sewer; well pointinq for culverts dnd waste'water lines: tree removal, trimming & pruning within right of way ; telev iSE~d inspect icn of conduits, together with all appurtenances and as~~oc aterl work in .3.ccordance with the plans, specifications and contract documents; and wit ()e r ecei ved at the off i :e of tIe City Secretary until 2: 00 p.m. on Wednesday, September 27, 2006 and then pub 1 cly Jpened and read, .~ny bid recei ved after closing time will be returned unopened. A pre bid meeting is scheduled for Tuesday, September 12, 2006 beginning at 10:00 a.m. and will be conducted by the C ty. The location of the meeting will be the Department of Engineer ing Services Main C'mference Room, Thi rd Floor. Ci ty Hall, 1201 Leopard Street, Corpus Christ TX. A bid bond in the amount 01 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Faj lure to provi de requ Lred performance and payment bonds for contracts over $25.000.00 will result in focfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City wit~in two weeks of receipt of bids. Plans, proposal forms, speci!ications and contract documents may be procured from the City Englneer upon a deposit of Fifty and no/100 Dollars ($50.00J as a guarantee of their return in good condi ti on wi thi n two weeks of bid date, Documents can be obtained by mail upon receipt ct an additional ($10.00) which LS a non-refundable postage/handling charge. The Bidder is hereby notifieCi that "he City has ascertained the wage rates which prevail in t_he locall ty 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 shcMn for each craft or type of "laborer," "workman," or "mechanic" employed on this '[roject The City reserves the right tu rejecf any or all bids, to waive irregularities and to accept the bid which, in the Ctty's opinion, seems most advantageous to the City and in the best nterest f the public CITY OF CORPUS CHRISTI, TEXAS s/'Angel R. Escobar, P.E. Director of Engineering Services 3/ Armando Chapa City Secretary Revised 1/5/00 NTB Page 1 of 1 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate ot Insurance indicating proof of coverage in the following amounts is required: --- TYPE OF INSURARCE MINIMUM INSURANCE COVERAGE -," 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE I AGGREGATE r---- CommercJ.al General Liabil ty including: $2,000,000 COMBINED SINGLE LIMIT Comrnercial Form Premises Operati. Jns Explosion and Collapse Ha2:ard ,~ Underground Hazard r, Products! Completed Opera ions Hazard 6" Contractual Llabil ty ~ Broad Form Propert" Damagl~ 8. Independent Contral'tors 9, Personal Injury AUTOMOBILE LIABILITY -OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILI'rY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY, $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT C OVERACt: Not limited to sudden & accidentbl Ii REQUIRED discharge; Lc) include long-tern X NOT REQUIRED environmental impact for the dispOSd] of contaminants BUILDERS' RISK See Section B- 6 -11 and Supplemental Insurance Requirements c REQUIRED X NOT REQUIRED INSTALLATION FLOA'I'ER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements I REQUIRED X NOT REQUIRED '----- - Notice to Contractors - A Page 1 of 2 · The City of Corpus Christi must be named as an additional insured on all coverages except wacker's compensation liability coverage. · The naae of the Project must be listed under "description of operations" on each certificate of insurance · ,.'or each insurance coverage, the Contractor shall obtain an endorsement to the appllcable insurance policy, signed by the insurer, providing the City with thirty DO} days prior written notice of cancellation of or material change on any coverage. The Contractor shaLl provide to the City the other endorsements to insurance policies or cuverages which are specified in section B-6-11 or Special PLJvi S.i.ons sect ion of thf~ contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Notice to Contractors - A Page 2 of 2 ......' - ~'.. .,~. ''"'~. NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORE?.' S CC:',?=:::\'SATION COVERAGe: ?OR BUILDING OK C:NSTRUCTION PROJECTS FOR C:'..=:?-l.JMENT ENTITIES :-exas 1 aw requ i::.:-es .~ ha:: ::-.ost contr3.ccors, subcc:: t:::.:-3.ctors , and othe~s ?roviding work or serv~ces for a City building C~ c8nstruction prc- e(.:~ ::lust be cove~eci by wory.e::' s compensation insura::1ce, authorized sel:-~~surance. or ~n appr2ved worke::.:-'s compensat:~=~ coverage agre'2::-:e~t: Sven if Texas law does ~ot require a contractor, subcontractor or othe::.:-s performing project services (including deliveries to the job sltel ~~ provide 1 of the 3 forms of worker's compensacion coverage, the '=_::'y will require such coverage for all individuals providing work or c:er~..~ces on thls ProjecT:: at any time, includi:lg during the mai:-.::'2::ance guaranty ?erloci. :.jotor carriers 'which are required to reg~s::er with the Texas Depa::::~ent of Transportation unde:: Texas Civil Star:~::es Article f675c, ane ~hich provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Secc~on 4{j) need not =~ovide 1 of the 3 forms cf worker's compensation coverage. ~he Contractor agrees r:~ comply with all applicable provisions of 7exas Administrative Code 7itle 28, Section 110.110, a copy of whic~ is attached and deemed ~~corporated into the project contract. Please ~ote that under secticn 110.110: certain 1 anguage ,:"ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontraccors and others providing services for the Project; the Cont~actor ~s required to submit ~o the City certificates of c~verage for its employees and for all subcontractors and others providing services on the proj ect. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contr~ctor is ~eauired to post the requ~~ed notice at the job site, By s~sning this Cont~act, the Contractor certifies that i~ will timely com;;-,-" '...rith these Notice to Csntractors liB" requirements. NOTIC~ ~~ CONTRACTORS - B (Reviseo 1/13/98) Page 1 of 7 8/7178 ,', \.. ;- ~gt: ~ Ll .2 ritle 23. L~Sl KA-"'~C [ Part II. TEXAS \VORKERS' CO\lPE!'{SA TIGN CO:\lMISSI00 Chaprer 110. REQUIRED NOTICES OF COv"ER-\GE Subchaprer B. E.\1PLOl:~R .:\OTICES ~ 110.11 0 Reponing: Reauiremenr.s for Building or Constr'..lcrion Projecr.s for Governmental Entities (a) The foUowing words and terms, when \;sed in this ruie, shall h2.ve the following meanings, uoless the context de:rriy indicates oL~erwise T e:ms not defined in this ruie shall have the meaning de5ned in the Texas Labor Code, if so de5.ne::i. 0) Certiii~r.e ofcove:-zge (ce:;:iliute:-,':'" CGPy ora cefT.IDC3.te ofi.::surance,.1 certificate cfamnoriry to seU-msure issued by the ccr.unissicc, or a workers' compe~aticn coverage agreement (1WCC-81, TWCC-82, nVCC-S3, or TWCC-S4), showing 5taUltory workers' compensation insurance coverage for the person's Of entity's e~ployees (inducing those subject to a coverage agreement) providing services on a project, fer the duration of the project. (2) Building or consuuc:ion-Has the me~.iIlg defined in L'le T ~xas Labor Code, S 406.096(e)(1). (3) Contr2.ctor-A person bidding lor or awarded a building or construction project by a governmental entity. (4) Coverage-'Workers' compensation inS'-lf2l1ce meeting LiJe statutory requirements of the Texas Labor Code, S 401.011(44). (5) Coverage :!greement-A writte~ :!.gree:":lem on form nVCC-8L form 1WCC-S2, form nVCC-S3, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a reIationshi!> 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 ofemployerlemployee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration oithe project-Indudes the trme from the beginning orwork on the project until tbe work on the project hz.s bee:! compie~ed 2...'1G acceptd by the gover.1..TJ1ental entity. (7) Persons r;roviding Sef'.1ces on L~e proje~ C'subcontractor" ;..-: 9 406.096 of the Act)- \Vith me exception of persons ex::iuded under suoseCtions (h) and (i) of this section, indudes all persons o~ entIties performing all or pm of the services the contractor has undertaken to perform on the proJeC"~ regardless of whether that pe:-son comrac:ed directly with the contractor and regardless of whether that person has employees Trjs indudes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner-operators, employees of any such entity, or employe~s ~f mv entIty furrisrung persons to periorm se:-vices on the proje(:t. "Services" includes but is not tL"1lted httDtiv.'\.VV/ scs.st:'.te t:": '.Jslt:ld23ffiJl i 018/11 0 110 html ~IOTICE TO CONTRACTORS - - Revised 1/13/98) Paqe Z of ? 8/7/98 '-""-""-'....",,,...- ~'_",.~.~-" ._. .".-... ........-... -- ..- .._....... .-......- Page 2 c;-:) ..- -- '~tn-"" J'- o::"erlnr", er-. ~.....~ r'\r ~-"n""'"1i ......,--..... ....;.. I'. . '..0.. .._-;....,L:. . ~-,'.' :- ",Ul,Dcue... u ...-.-. ,~s. er:-, ~ \- IGl~g 2.00r, .,2...:.'"1Spc:-:::.::cn. or oth~;- c;-\":c:: ~" 2:~:= :0 2. DrOJec ::.. ~:Y1ces ,j,:;es not L-::;:';'::~ 2.Clr,-;.~:e~ :.l;-:el;lted to the prOJe:::. s~c:h J..S ')c('.;,;~"'(">::::::;:.: .'cnoors. c:~;c~ su::miy ce!ivenes. 2:::::: c::!ive;v o{:orL2.ole toilers. gove~.....:::~:-::2..: e:itlrv (8) P,c.'e~::-I..:,ciudcs the prc',-ision of 311 services ,e::.:ec :0 a cuiici...g or constru~.ion CC:::;-2ct for a (b) PrcvlC:.r:; or causing tc ce pro'\-ided a ceruiic.::.:e 0:" coverage ;ursuant to this rule is a represe::~::,::: oy the insill~:: :1:at all empioyees c{ :..he insured wno are pro"iding services en the proJec: :l.:'e cc','ered by workers' compensation cove:-2ge, that the coverage is based on orooer reponing :Jf c;2.Ssiiication coces and payroll amour.:s. and that all coverage agreements'h2.~e been filed with tJ:c l8;;ropriate insur2.flce carner or, in the case of a sell-insured, with the comrnissioJ}'s Division or Se!f-bsCir~ce Reguiatiop~ Providing false or misie..:?ding ce:-riEcares of coverage, or failing to provide or r::aimain require:: coverage, or failing te repon any c:-.znge that materially aife::7..s the provision of coverage may S'Joject the contractor or other person providing services on the project to adminisLc.:.:ve penalties, criminal penalties, civil pe~aities, or othe:- ci'vil actions. (c) A gove;:-~e=1tal entity L.a! enters into a buildi.;,g or construc-.:on contract on a projecr shall: (I) inciude ir. t.1e bid specrnwt1ons, all the provisions of parag:rzpn (7) of this subsection. ~sing the language required by paragraph (7) of this subseC:lcu: (2) as part oft..~e contract, L:sing the language requrred by paragraph (7) of this subsection, require the comrac:or to perform as reC'uired in subsection (d) OItrus section; (3) obtain ZC;TI the contrac:or a cenLficate of coverage for each person providing services on the project, :rior to that person beginning work on the project; (4) obtain ITem the contrac::or a new certificate of coverage showing extension of coverage: (A) before !r.e end of the c..:r:-em coverage period, it Lie contrac:or's current certificate of coverage shows m2.t :be coverage pe~od ends during the duration of the Foject; and (B) no later 0.an seven days 2..l.ier the expiration oftbe coverage fur each other person providing services on the project whose current certificate shows that the coverage period ends during the duration oftbe project; (5) retain ce:-tiiicates of coverage on file for the duration of the project and for three years thereafter, (6) provide;:: copy of the ce;:uicates 1)[ coverage to the commission upon request and to any person :~ntitle2 ~c ,hem by law: and 7) use the lz..;:g-uage comaine: in the follOWIng Figure 1 for bid specmcations and contr~c:s. ',l,ithOUI any addition2.i words or changes, except those required to accorrunodate the specific document in which they 2re comained or LO impose stricter stancards of docu::1entation: 'T'28S 110. ] I G( c)(7) rbl http:/hNWW SossL2.te.txusitac/:::3/IlJl I OfB!110 I IO.htrrj NOTICE TO CONTRACTCRS - 3 Revised 1/13/98) Page 3 ot 7 8/7/98 - '1;'( 110.110 Page 3 of6 :! A comractor shai..L .) provide coverage ror its empicyees !=foviding services on a project, f::;:- ~~e duration of the project .. 2..Sed on proper re?oning of cl2.Ss~.::::.::on codes and p2.jTCU amounts a.o:c '::::::g of any coverage .greemems; 2) provide a certificate of coverage s~owing workers' c041pensation coverage to the governmental ~:1tiry prior to beginni.."1g work on :.he :xojecr; :::;) provide the governmental entir:;, prior to the end of the coverage periccL a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractors current ::enificate of coverage ends during the duration of the project; . ( .;) obtain from each person providing services on a project., and provide to t~e governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental ~3tity will have on file certificates or coverage showing coverage for all persons providing services on ::-:e project; and (3) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the cover2.ge period shown on the current ceniiicate of coverage ends during the duration of the project: (5) retain all required certificates or 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 ir.nown, 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 infonning all persons providing services on the project that they are required to be covered., and staring how a person may verify current coverage and report failure to provide covecage. 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 least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commissionoD the sample notice, without any additional words or changes: REQUIRED WORKERS' COWENSA nON COVERAGE ~The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. 1:-j$ 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 SlanIS as an employee." "Call 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." l;rrp:/h;vv.rw sos.state. tx. usltacJ28!I1'11 Offill I 0.11 O.htm! NOTICE 70 CONTRACTORS - B Rev1sed 1/13/98) Paqe 4 of 7 8/1/98 _S l'/'.C 110 Page 4 or b , '1 ' .. ' " . \ 8) cc::::-aca.:21 Y re2:.;~e ~.:::l :)escn \,,'11[1 \\'~cr:: :: canrrac:.3 :: :~C:\1Ge SerYICeS c:: ~ ;::-oJect to: (A) proVlae coverage base:J. on prc0er re~or2:g or- classiiicauon ceces and payrcii a..-::ounts and filimr of any c-y;erage agree~e:::.s for ~Jf i:s e~pieyees providi..r:.; se:-,:ices en the proj ce:. :or the duratio~ of L'1e DrDJecr; (8) pro\.loe a certiiia:e C' cover2.ge to ~he con~2.ctor prior to that person beg:irmi.~g ';;ork on the proJec:: (C) induce in all contr2c:s w pro\.loe $e~ces c:: the project ~~e imguage in subsec-.icn (e)(3) of this sectloD..: (D) provide the contrac:c~, prior ~o the end of d:e coverage pe1iod, a new ceniiiC.?i:e of coverage showing extension of coverage, if the coverage period shown on the current certi:fica:e of coverage ends dur...ng the duration o{the project; (E) obtain from each othe:- person Mill whom :: contracts, and pravide to the con:ractor: (I) a ce:-ri11ca.te of coverage, prior to the other pe=-son begin..'1i.."1g work on the projec:; :"'ld (ll) prior to the end of me coverage period, a new certificate of coverage showing e:ae:-.sion of the coverage period, if the ccverage period shown on the curre:1! ce:tmcate of coverage e~ds during the duration of the project:; (F) retaUl all required cercI.iicates cf coverage cn file for the duration of the project 2..~d for one year there:tii: er, (G) notify the governmemal entity in writing by certified mail or personal delivery, v.-itbin 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) conrractUally require e3.ch other person witil whom it conrrac:s, to perform as required by subparagraphs (A)-{H) ofmis parag:rap~ with the certificate of coverage to be pro'vided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (I) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing or any coverage agree::: ems; (2) provide a certificate o~' coverage as required by its contract to provide services en the project, prior to beginning work on the project: (3) have the following language in its contract to provide services on the project: "Sy signing this contrac: or providing or causing to be provided a certificate of coverage, the person signing this contraCl is representing to the govermnental entity that all employees of the person signing this comrac: who will provide services on the project will be covered by workers' compensation coverage hnpli\;,-..vwsos.state.tx.ushad2S/II/l10fB/110.110,hunl NOTICE TO CONTRACTORS - B Revised 1/13/981 Paqe 5 ct 7 817/98 ~O . ,'- , II U .rage) or 0 for se G:.::-ation of :........e oroiect, that the cc':eralZe will be 82.5ea on proper reponing of dassification coaes and oavrol.l a.-::o~t~. and that ail coverage agree~e~:s -"vill be filed with the appropriate insur2.::ce ~er or, ::: the case of a self-ir..scred, with tr:e commission's Division or- Self-Insurance Resn:iz.rion. Provici.nlZ false or misleading L.~.:ormation may subject the contractor to administrative pe~alties. criminal Fe~ties. civil penalties. or other civil acions." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current cenifiwte of coverage, a new certificate showing extension of coverage, if the coverage period shown on :he certificate cr- coverage ends during the duration of the proJeCt; ~" (5) obtain from eacn person providing services on a projec:: under contract to it, and provide as required by its contract: (A) a cerrificate 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 coverzge periocL if the coverage period shown on the current certificate of coverage ends during the duration of the proj~...; .e. (6) retain all required ceniiicates of coverage on file for the duration of the project and for one year therea..i!:er, .. (7) notify the govemnental entity in writing by cenified mail or personal delivery. of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractUally require each other person with whom it contracts to: .~....., (A) provide coverage based on proper re;Jorting of classification codes and payroll amounts and filing of any coverage agreements for all of its eoployees providing services on the proj~ for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage pe:loo shown on the current certificate of coverage ends during the duration cf the project; (E) cotain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a cenificate of coverage, prior to the orhe:- person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showine extension of the coverage period, if the coverage period shown on the current certificate of cov~ge ends during the http://www sos.state.txusltac/281II1110/BlllO.llO.html NOTICE TO CONTRACTORS - B Revised 1/13/981 paqe 6 of 7 8/7/98 ~l~\~ ~'ll'v Page6of6 . . . Gura..lon~r ::Ie comrac:: (F) retam ail recUlred ce:-":::::2:es of coverage on rue for the duration c:- ~he project a..."ld for one year therearie~ (G) nouN the governmer.t2.i er.tity :n writing by certified mail or personai delivery, within ten days after the person knew or snould have known, of any change that mate:-:aliy affects the provision of coverage of any person providing services on the project; and (H) comrac::ually require e~ch person with whom it contracts, to perfcr:n 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 cirC'.1..-nstance 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 rule 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 requiremenl in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Depz.nment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, g 4(j). (1) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, 9 406.097(c), and who are explicitly excluded from coverage in accordance \Vith the Act, 9 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, 9 1.20). 'This subsection applies only to sole proprietors, partners, and corporate executive officers who are e."{duded from coverage in an insurance policy or certificate of authority to self-insure that is delivered., issued far delivery, or renewed on or after Januarv 1 1996. - . , So urce: The provisions of this 9 110.11 0 adopted to be effective September 1, 1994, 19 T exReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http://wwwsos.slate.txusltac./28!ll/11 OIB1l1 0.11 Ohtml NOTICE .0 CONTRACTORS - B Revised 1/13/98) Paqe 7 of 7 8n /98 PART A - SPECIAL PROVISIONS SECTION A SPECIAL PROVISIONS -;;;1'1'''- _ ,.,~ ..........., ,~"_ LINDALE/CHENOWETH SUBDIVISION AREA DRAINAGE IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTRUCTION and ADA COMPLIANCE - ALAMEDA STREET PROJECT NOS. 2243, 6367, & 6392 SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting Sea 1 ed proposalS w111 bE received in conformi ty with the official advertisement invit.inq bids for the project. Proposals will be received in the office of the City Secretary. located on the first floor of City Hall, 1201 Leopard St reet, unti] 2: 00 p.m. on Wednesday, September 27, 2006_ Proposals mailed shouJd be arldressed in the following manner: City of Corpus Chri~ti City SecretalY's Ofl ice 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: Brr PROPOSAL - LINDALE/CHENOWETH SUBDIVISION DRAINAGE AREA IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTRUCTION AND ADA COMPLIANCE-ALAMEDA STREET A pre-bid meeting is schedu] ed for Tuesday, September 12, 2006 beginning at 10:00 a.m. The pre-bid meeting will convene in the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, -':orpus Christi, TX. rhe 'pre-bid meeting will be conducted by the City, and wi] 1 include a discussion of coordination of the work between the City and ".he Bidders A-2 DefiQitions and Aabreviations ~ection B-1 of the General PrJvisions will govern. A-3 Description of Project Lnm~/CHlaKJWETH SUBDIVI:SION DRAINAGE AREA IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUS'NR 6 NEIGHBOIUIOOD STREET RECONSTRUCTION and ADA COMPLIANCE-ALAMEDA STREET; consists of the consl:ruction of a storm drain trunk main and other drainage, pavement and utility improvements. and is more particularly described as follows: :ipproximately 6462 LF of (S'xS" to S'xS') box culvert; n LF of (24" to 60" I reint arced concrete pipe (RCP); 43,324 SY of asphalt pavement renovation, 51,990 SY of subgrade, and 33,534 SF of concrete 'jrlveway; 25,105 LF c"rb and gutter or valley gutter, 98.566 SF sidewalks, ,md 93 EA of curt. ramps; 16, h37 SY blanket grass sodding; 1452 LF of (4" to 12") DIP tJater line 5187 LF of (8" to 12") PVC water line; 10 fire hydrant dssemblies; 1495 LF 0 (8" 0 J8") PVC sanitary sewer; well pointing for 'ulverts and wastewater lines tree removal, trinuning & pruning within right- ,f-way; televised inspfction ,)f conduits; together with all appurtenances and associated work in accordance wi th the plans, specifications and contract documents. Section A - SP (Revised 12/15/04) Page 1 of 32 A-4 Method of Award The bids will be evaluated based on the Total Base Bid. The' City reserves he right to reject any or all bids, to waive irregula.r ities and to accept the bid which, in the City's opinion, is most advaltageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The fol owing Ltems ~Fe r~qujreci t.o be submitted with the proposal: l. 5% Bid Bond (Must reference Proiect Name as identified in the Proposal) (A C.shier's Check, certified check, money order or bank draft fram any State or National Bank will also be acceptable.) 2. Disclosure of Int.erests Statement A-6 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 schedul ing for construction and will be required to meet deadlines for completion of each stage of construction shown below. The project has been divided Lnto stages. The Contractor is required to substantially complete each stage before proceeding to any other stage, unless written authorization is given by the City Engineer to deviate from the sequence of construction. Time duration for construction is allocated for each stage, and if the work in that stage is not comph~te as shown below, liquidated damages will be assessed for each day that the work is delayed. SubstanUal completion shal be based on accordance with the plans, ,;pecl fications, verified by the City. satisfactory work, completed in and other contract documents and The working time for completion of the Project if Stages are completed in sequential order will be 625 Calendar Days. Each Stage of the Project shall be completed within the number of calendar days allocated below: From Day One* "..... Stage I Construct Trunk improvements which tu utility, street and specifications, 113 of the drawings 200 Calendar Days Main B-1 and all associated shall include but are not limited and site work per contract plans and as illustrated on Sheet 3 of "'I "" * Start of completion the plans, Ci!y the Stage is delineated by the Notice to Proceed. Substantial shall be based on satisfactory work, completed in accordance with spec} hcat ons, and other contract documents and verified by the Section A - SP (Revised 12/15/04) Page 2 of 32 From Start of Each Stage** Stage II <,onstruct Trunk "'lain B'2, 30nd 2004, Cluster 6, Neighborhood Street. Reconstruction and ADA Compliance ALameda St.reet inprovements which shall include but 'ire not limited t( utiliLy, street and site work per contract plans and specifications, and as illustrated on Sheet 3 of 113 )f the clrawings. 300 Calendar Days Stage III Construct Trunk lmprovements which o ut ility, street and specifications. ]13 of the drawings. Main B-] and all associated shall include but are not limited and site work per contract plans and as illustrated on Sheet 3 of 125 Calendar Days .. .. Stg-t of the Stage is delineated by the setting up of Traffic Control devices aod first day of traffic diversion. Stages :n: and :n::r BUly be perf~.d concurrently after substantial completion of Stage I. Substantial 'ompletion shall be based on satisfactory work, completed in accordance with he plans, speci ficat ions, dnd other contract documents and verified by the ity. Time duration for each stage is not transferable. Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain 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 Serv:ces at the Corpus Christi International Airport is 0.50 inch or qreat.er. No extension of time will be considered until the expected number ot rai n (lays las been exceeded and the Engineer has agreed that the tatus of construction was such that there was an impact detrimental to the :onstruct ion schedule "January 3 Days May 4 Days September 7 Days F'ebruary 3 Days .June 4 Days October 4 Days t1arch 2 Days ,July 3 Days November 3 Days A.p r j L 3 Days August 4 Days December 3 Days rhis project Calendar Days, exceedi ng the for each i.tem, is essentially a construction contract for a period of 625 as detailed elsewhere in the contract documents. Damages for total time allotted shall be independent of damages assessed as des"ibed above. After contract award and pre-construction meeting is held, the Contractor shal commence w,)rk Within Len nO) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Enqineer") to proceed. ~or each calendar day that any work remains incomplete after the time speclfied in the Contract fOl completion of the work or for completion of any Stage of the work, or after such time period as extended pursuant to other provisions of th is Contract $1,250.00 per calendar day will be assessed against the Contracto! as lJquidated damages. Said liquidated damages are not imposed as a pena]ty but as an estimate of the damages that the City will Section A - SP {Revised 12/15/04. Page 3 of 32 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 wlthhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A-7 Workers Compensation Insurance Coverage [f the Contract:or' ~ workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement walkers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the v"orkers compensation insurance coverage to be replaced, then any Cant cactal employee not covered by the required workers' compensat ion insJrancl' cover:'lge must not perform any work on the Project. Furthermore, tor each Calendar Day including and after the effective date of terminatIon or cancellatinn of the Contractor's workers' compensation insurance coverage fur 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 l'Lsewhere specified in this Contract. Such liquidated damages will accumu ~ate without notice from the City Engineer to the Contractor and wi 11 be assessed and paid even if the permitted time to complete the Project las not expired. II' accordance with ot her 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 City Engineer. A-a Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contai n original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Ackaowledgaent of Addenda The Contractor shall acknowledge receipt of appropriate space provided in the proposal. interpreted as non'-receipt. Since addenda can proposal, failure to acknowledge receipt, and non-receipt, could have an adverse effect responsible bidder all addenda received in the Failure to do so will be have significant impact on the a subsequent interpretation of when determining the lowest .... ..,. A-10 Wage Rates (Rev,sed 7/5/00) Labor preference and wage rates for Heavy and Highway Construction and Heavy Construction. In case of conflict, contractor shall use the higher wage rate. Minimum__Previ'li-J.ing Wa,~_ScaJe~ .... The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the executi on of the Contract. The Contractor or subcontractor shall forfeit SectioD A - SP (Revised 12/15/04) Page 4 of 32 Sixty dollars ($60.00) pee Calendar Day, or portion thereof, for each laborer, workman, or mechanJc employed, if such person is paid less than the specified rates for tne classification of work performed. The Contractor and eacr subcont racl:or I1Iust keep an accurate record showing the names and cl i-lssi f ications lif aJ L laborer s workmen, and mechanics employed by them in connection wit} he P'oject ind showing the actual wages paid to each worker. The' Con t ractorw j i l make bi Enq i neer The Contra 'tor w from all subcontractors and will also be submitt.>d to Minority Minority Business requirements concern ng submittal.s. ) weekly certified payroll submittals to the City 1.1 a Lso obtain copies of such certified payrolls others working on the Project. These documents thE' City Engineer bi-weekly. (See section for Ent:erprise Participation Policy for additional Ue proper form and content of the payroll One and one-hal f (1.5 i hours worked in excess on Sundays or holidays. B- '-6, Working Hours.) times the specified hourly wage must be paid for all of 40 hours in anyone week and for all hours worked (See Section B-l-1, Definition of Terms, and Section A-l1 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with faei lities operat ing w'ithin ':he 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 using the Texas Dne-Cal j Syst:em -800- 245--45",5, the Lone Star Notification Company at 1-800- 669-8344, and thE' SOUl hwestern Bell Locate Group at 1-800-828-5127. For the ~ontractor's convenien 'e, the following telephone nwnbers are listed. City Engineer AlE Consultant Traffic Engineering Police Department Water Department Wastewater Depart'TIent Gas Department Storm Water Department Parks & Recreation Department Streets & Solid Waste Services AEP SBC/ATT City Street Div. For Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Dptic KMC (Fiber Optic) Choi ceCom (F i ber lpti c) CAPROCK (Fiber Op'_ic I Brooks Fiber Opti, (MAN) Regional Transpor1ation Allthority (RTA) 826-3500 888-8100 826-3540 882-1911 826-1880 826-1818 885-.6900 826-1881 826-.3461 826-1970 299-4833 881-,2511 826 1946 857-5000 887-9200 813-1124 881-5767 5121935-0958 972-753-4355 289-2712 A-12 -,inteaance of Services Goldston Engineering, Inc_ (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) (693-9444 after hours) (1-800-824-4424 after hours) 826-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) The Contractor shall take al precautions in protecting existing utilities, hath above and below ground. The Drawings show as much information as can be reasonabl.'l obtained f com ex i st ing as-buil t drawings, base maps, utility records, fotC. and frorr' as mu:::h f j eld work as normally deemed necessary for Section A - SP {Revised 12/15/04) Page 5 of 32 che construction of I his type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness '~n such. information .. LS not guaranteed. It is the Contractor's sole and ::omplete responsibility to locate such underground features sufficiently in ''idvance 0 f his operat Lons to preclude damaging the existing facilities. If '.he Contractor encounters ub lity services along the line of this work, it is '1is responsibi 1 i t Y to mainta in the services in continuous operation at his )wn expense. in the event of damage to underground utilities, whether shown in the cirawi ngs or not., t~he Contract or shall make the necessary repairs to place the utili ties back in service and to construct the work as intended at no increase in the Contract price. All such repairs must conform to the :"equlrements of the company or agency that owns the utility. Where existing sewers are encountered and are interfered with (i.e. broken, '~ut etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of t.he Cit.y Engineer. Sewage or other 1 iquid must llot be pumped, bailed or flumed over the streets ir qround surface and Contractor must pay for all fines and remediation that may result if sewage <r other liquid contacts the streets or ground surface. t is also the Contractor's responsibility t.o make all necessary repairs, relocations and adjustments to the sat.isfact.ion of the Cit.y Engineer at. no increase in the Cont r'act price. Materials for repairs, adjustments or lelocations of sewer service Lines must be provided by t.he Contractor. A-13 Area Access and Traffic Control Sufficient t.raffic control measures must be used t.o assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at. all times during construction. 'Phe Contractor must provide temporary driveways and/or roads of approved material. rhe temporary pavement shall include an asphalt surface. The Contractor must maintain a stockpile of materials on the Project ,,,ite to meet the demands of t.emporary driveways and/or roads. The Contractor wi 11 be requi red to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may Include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Special attention is drawn to Traffic Control Plana and specia1 ~etails for residences and businesses. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are avallable through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department A-14 Construction Equipqent 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 ncrease in the Contract price. Section A - SP (Revised 12/15/04) Page 6 of 32 Street;:; and curt. line must bf' cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm drain system. No vi 0 ible materi al that could be washed into storm drain is al nwed 0 remair on . he Project site or adioining streets. A-1S Excavation and R~vals The excavated areas bt.>hind curbs and adjacent t.o sidewalks and driveways must be filled with "clean dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth ot grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any othe] materid] th"t detr:lcts tram its appearance or hampers the growth of grdSS. All exi s ~ ing concrete and a3pha 1 t wi thin the limi ts of the Proj ect must be removed unless otherwise noted. Al necessary removals in'luding but not limited structures, sidewalk::, etc. are to be considered "De.Jnoli t_i on and Miscell aneOUE Si t E' Preparation" bid item. to pipe, driveways, subs idiary to the A-16 Disposal/Salvage of Materials Excess excavated material, a.sphalt, concrete, pipes, culverts, structures, trees and other Ilnwanted material becomes the property of the Contractor and must be removed tram the site by the Contractor. The cost of all hauling and disposal is cons i dereo subsidiary; therefore, no direct payment will be made to Contractor Water ine valves and manhole ring and covers will become the property of the City, and the Contractor shall deliver these items to the City utility yards per the Engineer's instructions. A-17 J'ield Office rhe Contractor must t lmish the City Engineer or his representative with a tield off ice at the construction site. The field office must contain at Least 120 square feet of useable space. The field office must be air- ':onditioned and heated and Tiust be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move r-he field offiCE:' on the SLt.e as required by the City Engineer or his cepresentd.tive. ['he' ield cffice must be furnished with a telephone (with ,~4-hour per day anm-vering service) and FAX machine paid for by the 'onLractar. There is 10 separate pay item for the field office. A-18 Schedul.e and Sequence of Construction ~o minimize inconvenience to the general public and to minimize their 'c'xposure Lo dangerous condit} ons, the Contractor will be required to follow tight schedul ing for umstruction and will be required to meet deadlines for ompletion of each sta.]e of;onstruction shown below, The project has been ,Evided into stages. The Cuntractor ic required to substantially complete :'ach stagp before proceeding :::0 dny other stage, unless written authorization ;s given by the City Engineer to deviate from the sequence of construction. The Contractor wi 11 nut be allowed to begin work on any subsequent stage mt il thp prey} ous stage is substantially completed, without written duthorizat ion from the Ci ty Engineer. Time duration for construction is dllocated for each sta'Je, and if the work in that stage is not complete as c'hown below, liqUidated damages wi 11 be assessed for each day that the work s delayed. Time duration for each stage is not transferable. Section A - SP (Revised 12/15/04) Page 7 of 32 Completlon shall be based on satisfactory work, completed in accordance with the plans, speci ticat :ons, and other contract documents and verified by the ~i t Y rhe Contractor shall iubmit to the City Engineer a work plan based only on '::aJ endar days for construction of the entire project and broken down into construction of each stage. This plan must detail the schedule of work for each construction stage and shall be structured to meet all of the requirements specified in Section A- 6 "Time of Completion/Liquidated Damages", and must be submi tted to the City Engineer at least three (3) working days prior to he pre-construction meeting. The Jl/orki ng timE' for comple::ion of the Project if Stages are completed in sequential order will be 625 Calendar Days. t.:ach Stage of the Pro-ject shall be completed within the number of calendar days allocated below: From Day One* Stage I Construct Trunk improvements which tc uti lity, street and specifications, J13 of the drawings ~ain B-] and all associated shall inc Lude but are not limited and si te work per contract plans and as illustrated on Sheet 3 of 200 Calendar Days *Start of completion he plans it :.- the Stage is delineated by the Notice to Proceed. Substantial shall be based on satisfactory work, completed in accordance with speci ficati:)ns, and other contract documents and verified by the From Start of Each Stage** Stage II Construct Trunk Main B-2, Bond 2004, Cluster 6, Neighborhood Street Reconstruction and ADA Compliance Alameda Street improvements which shall include but are not limited to 'Jtility, street and site work per contract plans and specifications, and as illustrated on Sheet 3 of 113 of the drawings. 300 Calendar Days Stage III Construct Trunk improvements which to utility, street and specifications, 113 of the drawings. Main B-3 and all associated shall include but are not limited ~nd site work per contract plans and as illustrated on Sheet 3 of 125 Calendar Days **Start; of the Stage i. delineated by the setting up of Traffic Control device. anet first day of traffic diversion. Stages II and XII may be perfo~d coacurrently a1ter substantial c~letion of Stage I. Substantial completion shall be based on satisfactory work, completed in accordance with the plans, specificaticms, and other contract documents and verified by the City. Section A - SP (Revised 12/15/04) Page 8 of 32 Time duration for each stage is not transferable. The plan must also indicate the schedule of the following work items: i iEitial _,:;chedu]~: Submit to the City Engineer three (3) days prior to the Pre-Construction fvIeet tng an j ni tial Construction Progress Schedule for revie\,,; 2 Items to _~ncluQ~: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities Identify =he first work day of each week. Sui:lmitt~pates, Indi care submittal dates required for all submittals for the entire project 4. Re-Submisslon: Revise and resubmit as required by the City Engineer. '), Monthly Update: Submi t LJpdated 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 werk at such times and seasons in such order or precedence, and in sU.:h manr'er as shall be the most conducive to economy of construct ion, subject to the fall owing conditions: A. The schedule )f construction shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. B. The schedule of constrlct ion shall. not conflict with any provision of t he Contract Do,-urnents, dnd 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 Cont.ract so that:. conf icts will be avoided and the construction of various works being doni~ for the City will be harmonized. Traffic control is essent i al to maintaining pUblic safety and flow of t r a f fie. The Con tractol sha 11 be aware of other construction proj ects occurring in the area and shall coordinate scheduling, traffic control, maintenance of scTvices and street access with other contractors. '1 Contractor shall ~oordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will OCcur during the period of the Contract. The new box toward Reid system. culvert Drive work must to maintain begin flow at of Santa Fe Street and the existing storm progress drainage The Alameda Street/Hoffman Street intersections mus not be closed requt red to work 6-day weeks to and Reid Drive/Texan Trail Street to traffic. The Contractor will be expedite construction through these ared~~ . Ii, The C:ontractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more '~han 5 Calendar Days (the Engineer must be notified 5 =alendar Days in advance of any driveway closure) Section A - SP (Revised 12/15/04) Page 9 of 32 , The Contractor must provide solid waste pickup services whenever access by ~:he normal 3ervice is blocked by construction activities (the Engineer must be notified 5 Calendar Days in advance of any solid waste picKup service di.>rupticn) See Section A-60 for additional information. J. Disruption of traffic on Alameda Street and Texan Trail must not exceed 21 Calendar Days for each location. Any work which creates a noise level shall not commence before 7'30 a.m. or prior approval from the Engineer. above the ambient sound levels continue after 6:30 p.m. without A-19 Const~ction Project Layout and Control 'I'he drawings may depict but not necessary include: lines, slopes, sections, measurements, bench marks, baselines, etc. that are r"equired t:o construct a proi eet of this nature. grades, normally Major controls and a minimum of two (2) bench marks required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall flirnish '11 1 lines, slopes and measurements necessary for antral of the work. 1 f, during construction, 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 bench marks damaged as a result of the Contractor's negl gence will be restored by the City or Consultant Project Engineer at the expense ot the Contractor. T f , f or whatever reason, it is necessary to deviate from proposed I ine and qrade 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 Ci ty OJ" Consul tant proj ect Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as cequired 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 proposed, 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. Trle Contractor shall provide the following certification for documentation and v'2rification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a '}laird Part) inElcpcadcRt Registered Professional Land Survey (R. P. L. S. ) 1 icensed in the state of Texas retained and paid by the Contractor. Any discrepancies shall be noted by the Third I\J.rt} Surveyor and certify compliance to any regulatory permits. Following is the minimwll schedlle of documentation required: Streets: All curb returns at point of t.ingency Ipoint of circumference Curb and gutter flow line - both sides of street on a 200' interval; St~reet crowns on a 200' interval and at all intersections. Wastewater: A 1 r"im/invert elevatioLs at manholes; A 1 ntersecting lines in manholes; Casing elevations top (of pipe and Dow line) (TXDOT and RR permits) . Section A - SP (Revised 12/15/04) Page 10 of 32 Yil~t: er : All top of valves box. Valves vaults rim; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: All rim/invert elevations at manholes; All intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits) . Locations of all pipe bends. See Special Provision A--45 for additional requirements. A-20 Testing and Certification All. tests required under this item must be performed by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing wi 1] be borne by the City. In the event that any test fails, that test must be done over after correcti'le measures have been taken, and the cost of re- testing 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-21 Project Signs The Contractor must furnish and install four (4) Project Signs as indicated in Attachment 1. The signs shall be installed before construction begins and shall be maintained throughout the proj ect period by the Contractor. The location of the signs will be determined in the field by the City Engineer. All work and materials required for providing Project Signs shall be considered subsidiary to other work. A-22 ~noritY/M1nority Business Enterprise Participation Policy (Revised 10/98) 1 . ~()li cy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi ,n support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, dnd any amendments thereto. In accordance with such policy, the City has eSl_ablished goals, as stated herein, both for minority and female pat:"ticipation by trade and for Minority Business Enterprise Detinitions _. -_._-~- a. prime_Contractor: Any person, association or jOint venture as awarded a City conLract firm, partnership, corporation, herein provided which has been b. Subcontractor: Any named person, association, or joint venture as work, labor, services, supplies, firm, partnership, corporation, herein identified as providing equipment, materials or any Section A - SP (Revised 12/15/04) Page 11 of 32 combination of the foregoing under contract with a prime Contractor on a City c:mtract. c Mino~~y Business Enterprise: A business enterprise that is owned and controLLed by )ne or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin American ndians, Alaskan Natives, and Asians or Pacific Is landers. For the purposes of this section, women are also considered is minorities. Minority person(s) must collectively own, opeyat.", and/or actively manage, and share in payments from such all ent.f'rprise in the manner hereinafter set forth: 1. Owned (a) For a business person. sole proprietorShip to enterprise, it must be be deemed owned by a a minority minority (bl For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership pruperty must be owned by one or more minority person(s) . (c \ Fa 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) . 2. Control~ed -----...-- The primary power f direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the ent.erprise. 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, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minori tJl": See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorShip that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. t. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to cdrry on a single business activity which is limited in scope and di.rection. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minori ty joint venture partner has a 50.0% interest, shall be deemed equivalent t.) having minor] ty participation in 25.0% of the Section A - SP (Revised 12/15/04) Page 12 of 32 work Minori ty members of the joint venture financlaJ., managerial, or technical skills in performed by the ioint venture. must the have work either to be Goals Trle goal s for participation by minorities and Minority Business Enterprises '"xpressed in percentage terms for the Contractor's aggregate work forcE' on all construction work for the Contract award dre as f (:,11 ow~;: Minority Participation (Percent) 45% Minority Business Enterprise Participation (Percent) 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 or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. '1 . ~om..J)lian<:.e a Upon completion of the Project, a final breakdown particlpatiun, substantiated by copies of paid invoices, submitted bv the Contractor to the City Engineer. of MEE shall be b The Contracor shall make bi-weekly payroll submittals to the City Engineer. 'rhe 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, the Contractor will indicate, in writing, the overall participation in these areas, which have been achieved. The City Engineer may withhold monthly oc final payments to the Contractor for failure to submit bi-weekly payrolls in d timely fashion or to submit overall particlpation infor"mation as required. A-23 :Inspection Required (Revised 7/5/00) 1'he Contractor shall assure the appropriate building inspections by the Bui Iding Inspect i on D; vision at the various intervals of work for which a permit is required and to assure a final inspection ;:}ftecr tHe 131:iilaiRg io complctcd~ rcad) -f-e~. Contr::J.ctor !flUot obt;:}in the Certificate of Occup:.mcy. when applicable. Section B-6-2 of the General provisions is hereby amended in that he C.>ntractor must pay all fees and charges levied by the ity's Building Inspection Department and all other City fees, including '.vater/wastewater rneter fees and tap fees as required by City. A-24 Surety Bonds Paragraph two (2) of Section 8-3-4 of the General Provisions is changed to read as follows: "No surety wi.ll be accept.ed by the City from any Surety Company who is now in default or deJinquent on any bonds or who has an interest in any ]itiqa.tion again~t t~he City. All bonds must be issued by an Section A - SP (Revised 12/15/04) Page 13 of 32 approved Surety ,-:::ompany authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of Len percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the ~urety Company has re-insured the portion of the bond amount that exceeds ten percent (10%) of the Surety Company's capital and surplus with re-insurer(s) authorized to do business in the ;tate of Texas. The amount of the bond re-insured by any re- insurer may not exceed ten percent (10%) of the re- insurer's capi tal and surplus _ For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual st at utory financial statement of the Surety Company or re-insurer 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 bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a re-insurer that is certified by the Uni ted States Secretary of the Treasury and that meets all the above requirements. The insurer or re-insurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued.R A-25 Sales '1'ax Exemption (NO LONGER APPLICABLE) ~;eeti OB n (; 22, T.:m EJle&lptian rr07ision, io dclcted in its entirety .:md the lollo'..ring s'I:1hoti tuted j n lieu t.hereaf. Contr-'\eto far irnproveRlento to real pro13crty at.araea BY the City of Cor13uo E:hriGti, de RGt EJUalif l for el(~tiens of galeD, ~mioe ana Uoe T:mes unlcao the C9Fltr3.eEOr eleeta to o~cr.:lte unaer :l aeparate:.!El c8Rtraot au aefineEl b) Seetis. 3. ~91 of Chapter 3, T3.]( .".ElRIiniotr.:ltion af Title 31., PL7l31ie Finance of the TeuaG hEiminiotr.:lti'Jc Co(:lc~, or ouch other rules or re!,JHlatiena .:lS ffi.:l) be promul!!J.:lteEl hy the Comptroller of PUBlic !'.ccounts of TelE.:lo. -If the Contractor elects to oper.:ltc unaer-.:l ocp.:lr.:lted eontr.:let, he oh.:lll: 1"7"- OI3t:lin the necenoary G.:lleo t:l)r pcrmita froHl the State Cem13troller. ~-- Iaentify in the :llilpropri.:ltc G13.:lce on the OtRer Ch:lr@cs" if: the propoo.:ll form the incor13sr:ltcd into the rroject. \\gtatl?ffient of Uuterials .:md cost of ffi.:lteri:llo 13hYGic:llly Pr07idc rCG.:lle certific.:lteG to ouppliero, flo':ide the City ',:ith copiea of m.:lteri.:ll invoieeo to oubst.:lnti.:lte the propoo:l} v:llueof ffi.:lteri.:llo. ,f-f--- the Contr:lctor~ not c leet to opcr.:lte under .:l aep.:lr.:ltcd eontr.:let, he ffittSt-p.:l:Y for .:l11 Saleo, E)cciGc, .:lna Uoe T;:1)ceG .:lpplic.:lble to thio rroj ect. Subeontr.:leters .:lre eligible for 0;:11eo t.:llC elreffiptiono if the ouhcentr.:lctor a-l-sB-. complieD '..itch the .:lbm;e requiremento. - The Contr.:lGtor mUDt iGsue .:l reo;:1lc certific;:1te to the ouheontructor .:lnd the:.! oubeontr.:lctor, in turn, iooueD a resale certific3.tc to hio oupplier, Section A - SP (Revised 12/15/04) Page 14 of 32 A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with t,hE' Con t cact, the Corltractoc shall obtain an endorsement insurance policy, sigred by the insurer, stating; Section B-6-l1 of to the applicable In the eVf~f'.t rest rict s the ce'venants 1.0 ~!_i~~nge to: ,f can\~elldL ion or material change that reduces or i?iSUranc.= afforded by this coverage part, each insurer mail prior written notice of cancellation or material L Name' City of Corpus Christi Engineering Services Department At':n: Contract Administrator 2. 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 ~opies thereof certified by the insurer, within thirty (30) Calendar Days ::lfter t: he date t::he 'i ty Engineer requests that the Contractor sign the ~ontract document.s. withi.n t.hirty (30) Calendar Days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide che City Engineer with a certificate of insurance certifying that the :ontractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the '::ontract. i.'or each insurance cO\lerage, provided in accordance with Section B-6-11 of '-he Contract, the Concractor shall obtain an endorsement to the applicable insurance policy si<:.med b\' Ute insurer, stating that the City is an ddditional insured under the insurance policy. The City need not be named as d.ddi t ional insured on Worker' -3 Compensation coverage. ~or cont.ractual Liabi lity insurance coverage Section B-6-l} (a} ,)f thE' Contract, the endorsement to trus coverage ;;tating; obtained in Contractor accordance with shall obtain an Contractor agrees to indemnity, 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, liabilit ies, losses and expenses, including court costs and attorneys' fees, for 01 on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have ar lsen out of 0 in connect. ion with the work covered by this Contract. 1'he toregoing 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, A-27 Responaibility for Damage Cla~s (NOT USED) [>~L1graph ~CcRcr~l Li.J.bili-ty--B-f- Section 13 6 11 of tho CeRcr.J.l Pro'.rioiono ~G .J.ffieadcd to inolude. Section A - SP (Revised 12/15/04) Page 15 of 32 Contr~ctor ~ provide h_ilder's ~isk i.sasaae. eeve~age fer the term e-f- the Contr~ct .~-te- ~nd inchiding the date thc City fin~11y ~ccepto ~. Project or 'Norl,- Builder'o risk ce.rcr~~c IffiiOt be ~R "1'.11 Riak" form. Contr~ctor muot p~) ~ll cooto ncccss~r}' to precurc ouch builder'o TiG], inour~nce - :-:overo.ge,-- .:.ncluding ~n} deauctible. 'Phe City muat be no.FRed ~-4:-efta-1 inoUFeEl--on o.flY policiea prs'."idin!3 such inouro.flcc €f);: cr~gc c' A-28 Consiclerations for Contract Award and Execution To allow the Ci t.y Enqineer to determine that the bidder is able to perform its ob} iqations under the proposed contract, then prior to award, the City Engineer may require 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 t he party holding the lien, the amount of the lien, the basis for the I en cla.im, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid: and 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 tne claimill1t, 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, 9repared 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 party, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this staff, superintendents and foremen ~cceptable to the City Engineer. Project, who are as its careful field and administration competent and rhe cri teria upon wr,ich the Ci ty Engineer makes this determination may i.nclude the following: L. 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 shalJ be present, on the job site, at all times that work is being performed Foremen, if utiLized, shall have at least five (5) years recent experience in simi.lar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City Documentation Engineer. The concerni ng these requirements will be reviewed by the City Contrac' or's ie leI admini stration staff, and any subsequent Section A - SP (Revised 12/15/04) Page 16 of 32 substitutions or replacements thereto, must be approved by the City Engineer in""ri U ng prior to such superintendent assuming responsibilities on the prj eCI Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary pri or to a change in field administration staff during the term of Ulis Contract. If the Contractor fails to obtain prior wrltten approval of the City Engineer concerning any substitutions or replacements in lts t ield administration staff for this Project during the Lerm ot the Contract, suct a failure constitutes a basis to annul the Contract pursuant to ~;ection B-" 11. A-30 Amended "Consideration of Contract" Requirements Under ~General Prov sions and Requirements for Municipal Construction Contracts" Se~_t:.~<:ln B-3-1 Consideration of Contract adds the following text: WithIn five (5) working days following the public opening and reading of the proposals, the three (ll apparent lowest bidders (based on the Base Bid only) 'Tlust submit to the Cit; Engineer the following information: A list of the major components of the work; A List of the products to be incorporated into the Project; ~. A schedule of values which specifies estimates of the cost for each major component of the work; ,1. A schedule of ant icipated monthly payments for the Project duration; The names and addresses of MBE firms that will participate in the Contract, along vo/ith a description of the work and dollar amount for each firm; and substantjation, either through appropriate certifications by federal agenc. es or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation wi 1 be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, 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 requirements but that meeting such requirements is not reasonably possible, A list of subcontractors that will be working on the Project. This list may contain more Lhan one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor wil perfor-m the work. The City Engineer retains the right to approve all subcontractors that wi 11 perform worl<. on the Project. The Contractor shall obtain written approval by the-::i ty Engineer of all of its subcontractors prior to beginning work on the P roj ect. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In t he event sought t~o be Contract, then substi tute or the Project. tha t a subcontractor previously listed and approved is substituted for or replaced during the term of the the City Engineer retains the right to approve any replacement subcontractor prior to its participation in Such approval will not be given if the replacement of the Section A - SP (Revised 12/15/04) Page 17 of 32 subcontractor wiLl result in an increase in the Contract price. Failure of the Contracto to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section 8-7-13. 7 . A preliminary progress schedule, indicating relationships between major components of the work. The final progress schedule must submitted to the City Engineer at the pre-construction conference; the be 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. J. Document.ation as requin~d by Special Provision A-35-K, if applicable. 10 Within five (5) days following bid opening, subnit in letter form, info~tion identifying type of entity and state, i.e., Texas (or other .tate) Corporation or Partnership, and name (s) and Title (s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 .lilDended Policy on Extra Work and Change Orders Under "General provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra ~Work and Change Orders the present text is deleted and replaced with the following: Contractor acknow ledges 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-32 a.ended "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 Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor, which bears the signatures of the City Manager, City Secretary, and City Attorney, or theil author ized iesignees> Contractor has no cause of action of any kind, inCluding f()r 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 famil iarize himself fully with the conditions relating to the completion of the Project Pailure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Specia1 Provision A-1. A-34 Px.cedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence wj 11 be given to the Special Provisions, third precedence will be given to Section A - SP (Revised 12/15/04) Page 18 of 32 the construction plans, four th precedence will be given to the City Standard or Techn ;cal Speci ficat ions, and the General Provisions will be given last precedence. In the event 0 a conflict between any of the City Standard or Technical Speci f icatims wi Ih any other referenced specifications, such as the Texas Department )f Transportation Standard Speci fications for Highways, Streets and Bridges, /\STM specifications, etc., the precedence will be given to addenda, Special Provif: ions and Supplemental Special Provisions (if appl Lcabl e), construct ion plans. referenced specifications, City Standard or Te<-h'1ica] Specifi:~ati(ns, and G,e>neral Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) ltc,- ~~9~C::!2!'lt;~~~l~n t.:lt ion Prior - -8:T--performing '.:orh: .:It .::my City \:.:lter f::lOility, the ContrJctor, hio oubeontr.:lctoro, Jnd eJch of their em!3lo} Geo muot ~on their ~eroon .:1 ~Jlid cJra certifyin~ their prior .:lttead.:lnce Jt J Vioitor-/Contr-:1ctor SJfety Orient.:ltion Pro!3r3:ffi conauctcd 13)' the Ci ty WJter Dep.:lrt-ffiei'i-t- Personnel. .... '.rioi tor/ContrJetor SJfety Orient.J.tion ProgLNfI '.<'ill be offered by .:luthorilZied City Water DepJrtment peroonnGl-for thooe persono ,:ho do not h.:l~c o~ch .:l c.:lrd, .:md '.:ho deoire to perform .:In}' ',:or];: ',:ithin Jny City \li1ter facility. FaT- .:lddition.:1l infJrm.:ltion refer to A~~ae_en~ 1. B-o---- QpeJ:'a~ien ef Ci~] OwRed BQlliy-'!nt= ~ Gen~J:'aeE.~ shall net= s~a~t=. epe~at=e, eJ:' s~ep any pump, meEeJ:'. ."l.",e, eflU.illV~Jlt=. swiEeh, hJ:'ealle~, eeIlE~el. e~ aBY et=he~ it=em ~elat=ed f$e Ci.] waEe~ faeilif$y at= any f$iae. ~ll oHeh items musf$ he Ofler.:lted bY.:ln oFJerator or other .:luthorilZicd mainteRarlCe employee of the City Water Dep.J.rtment. ~._. P~eEeef$iaB af Waf$er Qu.alif$] The City muot dcli':er \l.:lter of drin];:ing quality te its customers Jt a-:l-l- timeo. The ContrJctor oh-:11l !3roteet the qU.:llity of the '.:.:lter in the job :::ite JRd oh.:lll eoorE!irute itG \;orh: '.lith the City V\'.:lter DC!3.:lrtment to FJrotcct the quJlity of the ',:.:ltcr. Gsafs.-at=y wit=h ^MBX!HSF S~aIl~ d '1 All m-:1teri.:llo ;lnd equi13fRcnt useE! in the n:!J?air, re aoocfRbly, trcl.TloportatioR, re inDtall.:ltion, .:lnd inspection of J,:lumpo, or Jny other itemo, ,,,,hieh could come into contact ',:ith petable \later, muot conform --8:t ~"..ffieri-eaR NJtionJl Ct.:lndJrdo in the CtJndLlrd Spccif iC.:1tio~ &aeh ma~eJ:'ial& i.elude all selveB~s. eleane~s. luh~ieall~s, gasket=s. .Head eS_lIs_ds, eeat=ings, eJ:' hyeaulie eEjfQipqt@af$. These iEems _st net; he used lHlless f$h.e} eeBfeea f$e ANSX!NSF S1;andard 61 aRd ..less sueh i1sems are inspee~ed en ~he sit=e By aut=he~iBed CiEY pe~ssBnel immedia~elyprieJ:' ~e use. The Contr-:1etor oh;lll provide the Engineer '.:ith copieo of \lritten proof -of l'.ll~~I/nSF St.:lnd.:1rd 61 Jpprov.:l1 for all m.:ltcrialo, \Jhich could. come into cont-aet '.:i th pot.:lhle \J.:lter. Section A - SP (Revised 12/15/04) Page 19 of 32 RaIl....i.ag aBa Dispesal af Trash .".11 tr.:wh gcner;:1tcd by the Contr.:wtor or his e~18yccG, Gubeontractora, ffiuat bo cent;:1ined at all timcD at facility ai~---B1:-ewing traah \;ill net BE: ;:1110\:oEl. 'rhe ah;:1l1 -*eep- ~ 1reaD clean at all t.imea and rems v'e d.:1ily . agenta, or the ,:.:It.er Contr.:1stor all tr.:lah 00IJ!1!RA~ ' S 00 SIR PRBPAR~Tl:OH F-:--- Con tr.:lctor' .,~ pera(3fl-fl-cl- Hll:lat ~ oran!3e, blue.--B:F ',;hi te. eempaay aaDle aDa iDlii Jiliblal ,;ear colarcd 1:lniferm oi.'cr.:llla other Bash ~leyee lHli€e!E'lR IRUSt> p~e""'i.dc _leyee iaeat>ifieat;iaa. ~ Centr.:lctor 9Rall provisc telephonco fer Contractor peraonncl. Plaa~ t;elepheaes are ae~ ~7ail~le fer Gea~rae~er ase. H-:---- Wor]dn~ hours '.;ill~1-.Qg .'l..H. to S.Og r.ff., PfoFlaay th.r1:l Frid.:lY. h- Csntr.:lctor Iffiiot not uoe .:lny Ci t} Ll.eili ty rcot.reoms. Hluat provide O\ffl oanit.:lry faeilitieD. Contr.:lctor Ch-- All Contr.:lctor vehiclea ml::lat. Be }?.:lr](cd at desig-n.:ltca Dit.c, aD dcaign.:lted by Cit) Wuter Department etaff. All Centr.:leter ychiclea fflunt be clearl) laBeled ',lith com}?.:lny namE:. Ne pri-.'ate emPloy~~ vehicleo are allo'.;cd .:It O. :U. EtevcRS Watcr 'l'r~at.ment Plant. A~~ pcrsenncl must be in company "-,chicles. Dl:lring ~;or)dng hourn, CeRtracter ell\f31o) ceo ml:ist Rot leavc tae ElesigaatcEl ceFlotruction are.:l nor \;.:lneler threugR aBY Bl::l.ilsiFl.gs stRer than fer rCEJ1:liroEi '.Jer], or as airectod by City Wator Dep.:lrtfflcRt )3E:Tsennel EkIring omer~oncy eV.:lC!llation. Centraetor Qu;:1li ficatio!'l~_. ACQYISITION) ECl'.Dl\. (SUrERVISORY conTROL UlD Dl'. T t. ABy- ',;or]. to. the comput.er sases mani tering .:J.nEl e6ntrel oyotem Hll:lGt be performed enly b) qualifies tecbRie.:ll aad sl:lpervioory peroonnol, as aetermined b) mcctin~ the q-l.ulifioatienG 1 thn:l 9 Belel;. Thio ,;or]r inelu.dco, but -is- not limit.es te, JRoElifioatisBs, ::tElElit.ieaa, ch;:1ngeo, .Jelectiona, furniohing, inotalling, cSRnecting, pr8~raffiffiing, cuotomi~in~, debugging, oaliBratin~, or pl.:lcing in eperation all flarEbara ans/or soft.~.are sf'lceifiea or rCEfUired by taesc apecification&7 'Pac Contr;:1etor or hiG GUBCElntr;:1ctor prElpooing to perform the EC.Wl\ ',;or), muat .-eeablc to dcmonotr;:1te the foI18'.lin~. 1. He- i:~ re!3ularl) CRgagCa in tRe oomputer b::t5ed fflenitering .:lnd control oystcm bUGineoa, .@reforaBly ;:18 .:l)3plied t.o the manicipal ,:.:It.er .:lnEi '.;aste.l.:J.ter iRsl:istry. -b-:- lIe hao }?erformcd '.;ork on syoteffls of c8fflpar::tBle ni~c, typc, ;:1nd compleJri ty ;:1D required in tRio Contract on Qt lC<J.ot ~. priorprojecto. 3, lIe h:1O bcen .:lcti vely eng.:l~ed in the type of '.Jor), 8peoificd heroin for at lcaDt S ye;:1ro. Section A - SP (Revised 12/15/04) Page 20 of 32 h--- -He---cmployc -a Regiotered Profcooion.:tl En13iBeer, .:t Centrol Sys+cmo Engineer, or .:tn Elcetrie.:tl Enl3inecr to o~er:ioc or perf arm thcL~ required by theoe opecifie.:ttiono. h--- - He cmplo) 0 peroonncl on thio prej ect \:RO R.:t7e oueceoofull-y completed t m,::ulUf.:tctuFeF-' 0 training cOl;.lrGe in configuring ana- implemcntc:ng thc'--opecific cOffiI3utero, RTUS'D, .:tnd 5&H..'.:trc plopoccd---f.e..F.----4~Cootr.:tct. ~.... ---He---m.:tint.:tifl&-<l perm.:tnent, f\:l.lly Dt.:tffed ana s-eFV-ice f.:tcilit'l '.:ithin 'lOO miles of the Project ma-iBE-a-i-a-,- rep.:tiF, c.::Jlibr.:tte, .:tod progr.:trR the ~ i+i€d- her c i fl-, ::J--c-----lle ::'h.::l11 --t:urnich equipment, ',:hid'! io the proE1\:l.ct of one m.:tnuf.:teturcrt&---tf:te-lfuJrimum pr.::letical C]rteBt. WRerc thio io n~)t pr::1ctic.:tJ, ::111 equipment of ::1 gi:cn tYflc \lill be the prodJct of <**: RKlnuLlC!turer. ~--- .Prior perfouR.:tnee .::It the O. N. Ste'.Tns Wi:ltcr Trc::ltHlent Pl::lnt ',:i11~ uGed in c.'.:t1u.:tting ~:hiefl CORtraeter or ffi::teeoatr::lctor progr.:tffiD the nc'.] ',lOr);: for tRio Proj ect. ~- -'~Contr::1ctor oh.:tl1 produce ::lll filled out ]?rogr.:tffiffiing Macko reqH-i-re6 to ohm: the progr::MflHl.iRg as ReeaeEl i:lnd requlred, t-B-add theDe t\JO GyotCfRo to tRe eJdsting City SC.".D.''. oyotcm. !'.tt::lcRed io ::In CJEamplc sf the required ~.:HRffiing -blocltO ,:hich the Ci t:z requin~D ts be filled in ~Ji ',Tn to the Ci ty Engineer \:i th .:tll ehanl3eo m.:tEle; Ehiring ~progr::lmHling ph.:toe. The ::ltt::lched Gheet iG i:lR CJEamplc cr&&-tO not intended tOORO.: i:ll1 of the required aReeto. The ~::letar :ill pro. ide ::lll progr::lfAHliRg blacks useEl. equipped Dite to oyotcmo f:r..- Trench~~~~~el1J:::..o. Al-l- trenching for thio proj ect .:tt the O. n. Ste7cRo Water Tre.:ttment Pl.:tnt-ohi:lll be performed uoiRg ::1 b.:tckhoe or h::lRd ai!jging aue to the a1::1IRbcr of eJeilJting under~rouRd obotructiOflo. No treRehiR!'J m.:teaiReo Ohilll be ::lllowed on the projeot. A-36 Ot:her Submittals Revised 9/18/00) Shop Drawin<;[ _Submittal The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quanti ty: Contractor shall submit number required by the City of each submittal to the AlE Consultant or his designated representatile. 'The AlE Consultant will retain five (5) copies. b. Reproducible~;: In addj tion to the required copies, the Contractor shall also ~;ubmi tone (l) reproducible transparency for all shop drawings larger than I1ff x 17" in size. Submit la.l TJ ansmit' al Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this section; and sequentially number each transmittal form. Re-submittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or suppl i er ; p{~rt inen t Drawing sheet and detail number (s) , and specification Seetjon number, as appropriate, on each submittal form. Section A - SP (Revised 12/15/04) Page 21 of 32 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, deliver to the AE Consultant for approval and coordinate Lhe submission of related items. f Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations, which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engi.neer review stamps on all submittal forms. i. Re-submittals: Contractor must revise and resubmit submittals as required by AE Consultant and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: NOT USED ::~ ~~:~::~r ffiHst Du~mit Dam~les manuf:uJ~urcrG' ::;t~dard colero, EBginccr'G GClcotlen. of fiRishcs trem the full ran!Jc of telEtHrco, and patterRD for City Test and Repair Re~ (NOT USED) ::~: S;~~i~~:~, CORtractor muot ouSmit three (]) c8~ies of data, 3.ad rcp3.ir refJort, 3.TI.d all OR oite teot E'bta ".:i thin ~-ee- thc City ER~ineer for ;;t~~ro.al. Othcn:ioc, cEfuipmeRt-wi-ll not Be ;;tpprs-7ed for uoe on the fJroj ect. 3.11 GRO~ teot t~~eOI3~~i;~~~ A-37 Allended "Arrangement and Charge for Water Furnished by the City" Under "General provisions and Requirements for Municipal Construction Contracts", 8-6-15 Arrangement and Charge for Water Furnished by the City, and the foilowing: "The Contractor must comply with t_he City of Corpus Christi's Conservation dnd Drought Contingency Plan as amended (the "Plan"). Lncludes implementing water conservation measures established changing conditions. The City Engineer will provide a copy of the to Contractor at the pre-construction meeting. The Contractor will d copy of the Plan on the Project site throughout construction." Water This for Plan keep A-38 Wacker'. C nsation Coverage for Building or Construction Projects for Gove~t Entities Section A - SP (Revised 12/15/04) Page 22 of 32 The requirements of "Notice to Contractors 'B'" are incorporated by reference in this Special Provi~ion. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) !!!Be-- ioo:l.:mcc o4'-----n- ccrtific.:ltc of Occup.:lnc) for impro".cmcnts docs not conotitutc fin.:ll .:lCCcpt.:lncc €4--thc improvemento under Ceneral rro~ioion B 8 9--c A-40 Amena.ent to Section B-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section 8-8-6: Partidl Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invo Lce value of acceptable, non-perishable materials delivered to the Project work site unless the Contractor provides the City Engineer with documents, satistactol y to l.he City Engineer, that show that the material supplier has been paid for the materials delivered to the Project work site. A-41 Ozone Advisory priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day and the Contractor will be compensated at the unLt price indicated in the proposal. A-42 OSHA Rules ~ Regulations ,t is the responsibil ity of the Contractor (s) to adhere to all applicable OSHA rules and regulatons while performing any and all City-related projects ,:md or jobs. A-43 a.ena.d Indeanification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 IndemnificatioE & Hold Harmless, text is deleted in its entirety and t.he following is substituted in lieu thereof: The Contractor shdll 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 whatsoeuer from an act or omission of the Contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, consultants, any work done under the contract or in connection therewith by the Contractor, or any subcontractor, supplier, material man or their oEfjc:ials, employees, agents, or consultants. The Contractor shall hole 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 liabi lity whatsoever from a negligent act or omission of the City, its off icials, employees, att orneys, and agents that directly or indirectly causes injury to dn empJ oyee of the Contractor, or any subcontractor, supplier or material man. Section A - SP (Revised 12/15/04) Page 23 of 32 A-44 Change Orders (4/26/99) Should a change order (s l be required by the Engineer, Contractor shall furnish the engineer 1 complete breakdown as to all prices charged for work 'Jf the change order unit prices, hourly rates, sub-Contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown informacion shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built Surveys and Drawings (7/5/00) (a) The Contractor shall employ the services of a tsllil:'d. pal!'tsy Texas Registered Public Land SUrveyor (RPLS) throughout the construction period to survey the as-built horizontal and vertical locations of all new storm drains and utility lines, pipe and culvert bends, drainage and utility manholes, drainage inlets, valves, etc. installed during t.he construction period. At the completion of construction but prior to final payment the Contractor shall provide the Engineer wi th RPLS sealed drawings and an electronic survey poin~ file of the as-built construction. The horizontal and vertical dar:um used for the survey shall be the same as the Project datum. The horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid items. (b) Contractor shall make appropriate daily measurements of facilities construct.ed and kE!ep accurate records of location (horizontal and verb CGll) 0 all fad] i ties. (cl Upon completion 01 construction, the Contractor shall furnish the City with one set of project drawings and specifications, marked wi th red pen or penei], showing all deviations from the original plans, inc uding any substitution for the materials originally specified. Any deviations from the original plans or substitutions for the materials specified require prior approval from the Engineer. A-46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wet lands or environmentally ;;ensi ti ve areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of al water used in the projec:_. The methods of disposal shall be submitted to the City Eor approval There shall be no separate pay for disposal of highly chLorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Bxploratory Excavations (7/5/00) Prior to any construction in the vicinity of existing utilities, Contractor shall "pot-hole" or excavate to expose all existing utilities of the project that cross the propoE;ed excava t i on limi ts, and Contractor shall survey the Section A - SP (Revised 12/15/04) Page 24 of 32 exact vertical and horizontal location of each crossing and potentially conflicting utility. Fcr eXisting ut liti, proposed excavation existing utilities at survey the accurate pipelines at 300 feet s which !Jarallel and are wi thin ten feet (10') of the limits, Contractor shall excavate and expose said a maximum of 300 - feet on center, and Contractor shall horizontal and vertical locations of said parallel maximurn on center. Contractor shall then prepare a report and submit it to the City for approval indicating the owner Jf the utilities excavated and surveyed, as well as the approximate Project Statior thereof, distance to the proposed excavation centerl iIle, and elevat ions 0 the top ot the existing utilities. Contractor shall perform no construction work in the vicinity of existing utilities until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer'S approval of report. Explorat,ory excavations, surveys, and pavement repair associated with the exploratory excavations shall be paid for as a bid i tern as indicated in the plans and specifications. A-48 Overhead Electrical wires ("1/5/00) '::oncractor shall comply Wittl all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There dre many overhead Wlres crossing the construction route and along the ':onst.ruct ion route. Contract or shall use all due diligence, precautions, etc , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing lVerhead electrical wires or facilities Occurs. \ontractor shaLi coordinate ,is work with the electric utility company and inform the electrl C ut i Ii ty company of his construction schedule with regard 70 said overhead cines oome overhead lines are shown in the construction plans, while others are not It shall be t_he Cmtractor' s sole responsibili ty to provide for adequate safety with regard to everhead lines whether shown in the plans or not. A-49 ~ded "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Cont racts" B-~:!:l. Main~enance Gu~ranty, add the following: Construction "The Contractor's quarant,=e is a separate, additional remedy available to benefit the C~ty o~ Corpus Christi. Neither the guarantee nor expiration of the guaran~:ee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or cau~;es ot action against the Contractor or any other individual or entity" A-50 ~ench Safety I t the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall bE: in compliance wi th a,ll federal, state and local requirements for trench Section A - SP (Revised 12/15/04) Page 25 of 32 ~xcavation and safety. "hall be included in shown in the proposal All costs associated with meeting these requirements the arnount bid for the item "Trench Safety Plan" as torms. A-51 Errors and Omissions rhe Cont~ractor shall carefully check these specifications and the Contract Drawi ngs, and report to thE' Engineer any errors or omissions discovered, whereupon full instructions wil] be furnished promptly by the Engineer. If ,,,rrOIS or omi ss ions ar e so discovered and reported before the work to which '~hey pertain is constr"ucted, and if correction of such errors or omissions causes an increase n the Contractor's cost, the Contractor shall be f'ompensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of 'ontractoI. 1 t if; the intent of this Contract that all work must be done and dll material must be furnished in accordance with generally accepted pract ice - Further, tis the intent of the Contract Documents that the Contractor shall perfJrm al work to complete the project ready for its ntended dse. A-52 Lack of Information f the Bidder feels that there is insufficient information in order for him 1.0 prepare his bid and/or construct the work, he is required to make a written request for additional information. All costs associated with the pre-bid investigation shall be borne by the Bidder, with no compensation from Lhe City. However, the Bidder shall not perform any investigation at the above project si te un] ess a wri tten request is submitted and approved. The :ontractor shall not "se the lack of information as a basis for requesting extra compensation. A-53 .lectronic Bid S~ttal The following paragraph modifies Paragraph B-2~7 of the General Provisions: Preparation of Proposal, rhe bidder has the option of submitting a computer-generated print-out in lieLl of the Proposal (SHEETS; 1-29 OF 29), INCLUSIVE. The print-out will ist all hid items (including any additive or deductive alternates) contained em Proposal Sheets (3 - 25 of 29). The print-out will be substantially in the torm attached (Attachment No.2). If the Contractor chooses to submit a print-out the print-out sha} 1 be accompanied by properly completed proposal pages 1. 2, 26 , 2"/, 28 and 29 0 f 29. n addi t ion, the pr int-out wi 11 ;c;ignature after the last bid item: contain the following statement and -----_ ____ ______ (Contractor) certifies that the unit prices shown on this printoLt for bid items (including any additive or deductive alternatives) contained in this proposal are the unit prices intended and thal its bid will be tabulated using these unit prices and no other information from t_his print-out. (Contractor) acknowledges and agrees that the Total Bid Amount shown wi 11 be read as its Tota] Bid; and further agrees that the official Section A - SP (Revised 12/15/04) Page 26 of 32 Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown il this print-out by the respective estimated quantities shown tn the Proposal (Column II) and then totaling the "xt ended amount (Signature) (Title) (Date) A-54 ~asurement and Payment of Subsidiary Items of Work Unless specifica lly included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost oj this item of work shall be included in the cost )f the item of work to which it is subsidiary. A-55 Dewatering 'T'his item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items or shall be measured by the linear feet of trench as described in Section A-3 where dewatering is needed LO keep the excavation dry, as approved by the Engineer, and shall include 'ill costs to provide d dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a ocation ,'hat aJ lows fjr sheet flow prior to entering a storm water drainage .iitch Ot storm water inlet. An alternative to sheet flow is to pump storm water to an area wtlere ponding occurs naturally without leaving the designated work area )r by a manrnade berm(s) prior to entering the storm water system. Sheet f low and ponding is to allow solids screening and or sett 1 ing prior to entETing a storm water conduit or inlet. Storm water or qroundwater shall not be disl~harged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existiag storm water system, provided that the quality of groundwater is ,'qual to or better than the receiving stream, the Corpus Christi Bay. 'T'esLing of groundwat:er quality is to be performed by the City, at the City's cost, prior to corrunencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on al1 test:irtg. Tests will also be performed as each new area of construction is started lmother option tor disposal ot groundwater by Contractor would include pumping co the nearest sanitary sewer system. If discharging to temporary holding tanks and truck Lng to a sanitary sewer or wastewater plant, the costs for these operat ions shall be negotiated. Other groundwater disposal aLternativ(~s or solutions may be approved by the Engineer on a case by case basis. Prior to Pumpinq groundwater from the trench to the sanitary sewer system the Contractor ::hall contact Mark Shell at 857-1817 to obtain a "no cost" permi t from the ,I\]astewater Dept. Ci ty will pay for any water quality testing or water analysLs cost required. The permit will require an estimate ot groundwater flow. CroundWdter flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, Section A - SP (Revised 12/15/04) Page 27 of 32 allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-56 Stora.e, Access and Security The Contractor shall be allowed access to the project site via existing Street right-of-ways. Storage (laydown areas) for ,~quipment and materials have not been identified. The contractor may make arrangements with the City on available City sites or provide a private location near the project at the Contractor's expense. At the end of each day's construction activities, the Contractor shall install temporary chain link fencing or other approved means to impede unauthori zed access into the construction area (see Plan Sheet 80 of 113). The temporary fencing shall provide a positive obstacle against both pedestrians and vehicular traffic. The use of only orange safety netting will not be permitted The temporary fencing shall have a minimum height of five feet. A-57 Stormwater pollution Prevention Due to the type and location of this project, stormwater pollution prevention (SWPP) is critical, and improper implementation can have a negative impact on the adj oining street and private property. Strict compliance to all SWPP items shown on the plans shall be enforced. In addition, if during the course of the project other minor SWPP items are required to limit or control soil erosion or transport of soil, then the Contractor shall implement these measures at no increase in the contract price. A-58 18mpo~.ry Solid Wa.te Collection Service The usual solid waste and recycling collection services will be disrupted for several lots along the route of construction while culvert construction and pavement reconstruction take place. The Contractor shall provide twice weekly temporary solid waste collection service for all of the locations whenever the usual solid waste collection service is disrupted. In addition, the Contractor shall provide bi-weekly temporary recycling collection service for all locations for which regular service will be disrupted. The Contractor shall provide the Engineer with a minimum of 5 Calendar Days notice of any disruption to the usual solid waste and/or recycling collection service. Prior t:o commencing work, the Contractor and Field Engineer shall formulate a system for notifying the homeowners regarding any disruption to the usua! solid waste and/or recycling collection service. The temporary solid waste and recycling co lection services provided by the Contractor will be on the same day schedule as the usual solid waste and/or recycling collection services. The Payment to the Contractor for providing this temporary solid waste and/or recycling collection service shall be considered subsidiary to the lump sum bid item for Mobilization. A-59 "inteaance and Caatrol of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system, and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Department regarding any modifications to Section A - SP (Revised 12/15/04) Page 28 of 32 the existing system flow patterns, such as rerouting flows or by-pass pumpinq. Any such system modi f Lcations will be subject to approval by the Engineer and the City Wastewater Department, and shall not interfere with the pIoper operat i OIl and function of the wastewater collection system, and shall nut re~;t r.ict access 10 r-esi:lences or businesses. In general, the flow level of wastewater tI the sani '.ary sewer system during construction shall be mau:talned equal or below that of existing conditions, unless prior approval lS recei ved from the' Engineer and the Ci ty Wastewater Department. The Cant ractor sha II nei ;:her expect nor anticipate assistance from the City Wastewac,'r Department Staff 01 operations personnel for the maintenance or repair of any bypass system incorporated or utilized on this project. The Contractor shall be J espons bIe for any damage to residences or businesses caused by his faiIur(. to maintain the usual sanitary sewer flow level. The Contractor shal be :esponsibJ e for coordinating the review of any system modificat ions suffiCiently in advance of proposed construction operations so as to avoid any delays in Srime, Sewage or other liquid shall not be pumped, bai led or flume<i over the street or ground surface. No sewage or other i iqu ids shall be handled hy allowing flexible or rigid bypass pipeline through he City's stJrmwater lines. To bypass the flow, the connections to the existing faciliti,'s shall be made over the surface by means of flexible and/or rigid pipes, 0;: with flexible and/or rigid pipes placed in a covered trench. The pipe used for bypassing this flow shall be strong enough to res1 st any traffic load, and the size of the pipe shall be capable of handlinq the incoming discharge but small enough to not create hindrance to che tra if ic f low or ceate any blockage or accident. The Contractor shall be 'esponsible for providing access to the private properties and streets and naintain a smooth traffic flow during the entire construction phase of this projf~ct The construction and operation of temporary gravity flow lines, fon~~e md.in lines, pumping equipment, plugs, flow diversion structures, etc., requlrecl to maintain imd con':roJ system flows shall be the responsibility of he Contractor The ce'nstruction of temporary gravity flow lines, force main ~ines, pumping equipment, pll,gs. flow diversion structures, et.c., required to malntain and control system flows, and the repair of pavement and grass areas damaged by the const.ruction, shall be considered subsidiary to the various sanitary sewer bid items iI: the Contract, and shall not be measured for payment The bypass 3ystem, it utilized, shall be maintained on a 24-hour, 7 -day per week basis throughout t.he operation of the bypass system. A-60 Dust Control rhe Contr act.or shall ake n>asonable measures to prevent unnecessary dust.. Earth surfaces subjec to dust:ing shall be kept moist with water or by dPplicat ion of a chemlcal dust suppressant. When necessary, dusty materials n piles or in transi shall be covered to prevent blowing dust. Buildings .:haIJ be adequately protected from dust, Monthly payment will be withheld if his provision is not followed A-61 HDise Control and Working Hour Restrictions rhe Contract.or shall Lake u?asonable measures to avoid unnecessary noise. ;uch measures shall be appropriate for the normal ambient sound levels in the rea during working hours. ALL construction machinery and vehicles shall be equipped with practica i sound-muf f ling devices, and operated in a manner to 'ause the least amount of noise consistent with efficient performances of the III/ark. Decibel J evels 'tre not to exceed one hundred (100) decibels. Any work whicb creates a noise eve 1 above the ambient sound levels shall not commence hefore :30 am. or (ontinUo> dfter 6:30 p.m. on weekdays, and shall not Section A - SP (Revised 12/15/04) Page 29 of 32 commence before 8:00 a.m. or continue after 5:00 p.m. on Saturday without prior approval Erom the Engineer. A-62 Use aad Possession Prior to Project Completion The City intends to exercisf~ Ceneral provision B-6-17 (Use of a Section or Port Lon of the Work) during the term of this project. The City will enter into the Warranty Phase as work is completed, inspected and accepted by the C:ity by project Stage as described: Stage I: Construct TruLk Main B-1 and all associated improvements which shall ll1clude but are not limited to utility, street and site work per contract plans and specifications, and as illustrated on Sheet 3 of 113 of the drawings. Stage II: Construct Trunk Main B-2, Bond 2004, Cluster 6, Neighborhood Street Reconstruction and ADA Compliance Alameda Street improvements which shall include but are not limited to utility, stn~et and site work per contract plans and specifications, and as illustrated on Sheet 3 of 113 of the drawings. Stage III: Construct Trunk Main B-3 and all associated improvements which shall include but are not limited to utility, street and site work per contract plans and specifications, and as illustrated on Sheet 3 of 113 of the drawings. pay rnonLhly reporting purposes, the Contractor shall furnish the city monthly pay estimates and monthly time statements for each Stage of work in progress. A-63 ~ee ~val, Protection and Tr~ng 'rhroughout the project, trees have been identified to be removed or remain in place. The Contractor may be required by the City Engineer or his representative to modify the number of trees to be removed. The Contractor shall not remove any tree wi thout prior permission of the City Engineer or ~is designated representative. Quantity for removal is a pay item and will be adjusted with actual tree removal numbers. Additionally, the trees that are to remain but are damaged during construction shall be trimmed, pruned, d.nd/or wound-dressed by a professional landscaping firm approved by the City. All restoration shall be done in a timely fashion per the judgment of the professjonal landscape consultant. Costs of this item are covered in the bid ,jocuments Before d section make a clean cut no more than 12 The depth of the of existing curb and gutter is removed, the contractor shall using a chajn excavator (aka ~ditch witch") and cut a trench inches behind the back of curb prior to general excavation. trench cut. shall go no deeper than the subgrade elevation. A-64 Other Accessibility Requirements The Contractor shall provide assistance and is required to disruption of communi LY services to residents (i. e. US Postal Care B, Meals on Wheels, Emergency Services, etc.) does not construction. Requisj te assistance and/or coordination during s considered subsidiary to the work. ensure that Service, RTA occur during construction Section A - SP (Revised 12/15/04) Page 30 of 32 A-65 Supplemental Material Inc I uded in the cont ract that the Contract:or shall appropr Ldte. Stclte ot Texas Dep-lrtment of Transportation Plans of Proposed "Metropol i tan Highway Improvements" signed and sealed 6/10/2004 for sidewalk improv('ments along Alameda Street between Harrison Street and f'.lcCall Street ("ee Attdchment 3). documents r,~view and is the following supplemental material follow for work in the project area as A-66 Cover Sheet List of Sheet Numbers As ] isted on the Cov'~r Sheet of the Plans (sheet 1 of 113), the following sheet distribution and numbers have been added or modified. Sheet 111- CITY STANDARD DETAILS - SANITARY SEWER STANDARD DETAILS (SHEET 1 OF 5 - NOT USED Sheet ll1A - CITY S'rANDARIl DETAILS - SANITARY SEWER STANDARD DETAILS (SHEET 2 OF 5\ Sheet. 112 . CITY STANDARD DETAILS - SANITARY SEWER STANDARD DETAILS (SHEET 3 OF 5 Sheer 112A - CITY STANDARIJ DETAILS - SANITARY SEWER STANDARD DETAILS (SHEET 4 OF 5) - NOT USED Sheet L13 CITY STANDARD DETAILS - SANITARY SEWER STANDARD DETAILS (SHEET 5 OF 5) Section A - SP (Revised 12/15/04) Page 31 of 32 SUBMI'l'TAL TRANSMITTAL FORM PROJBCT: LINDALE/CHENOWETH SUBDIVISION DRAINAGE AREA IMPROVEMENTS PHASE 1 PART B, BOND 2004, CLUSTER 6, NEIGHBORHOOD STREET RECONSTRUCTION AND ADA COMPLIANCE-ALAMEDA STREET -_.._.~_.__.- ---"--'-~.- ._--~._..~,-- ---...-.-- _._..~--- --.-- PROJECT Nos. __2 2 ~i~~6 .7-,-_~~l9 2 _ ____ OWNER: - --"--- '-'-~-"--" -.'....-.--- .__._.__....__._-~-- ---_._._-~------ CITY OF CORPUS CHRISTI ENGINaER: GQLD~_TON_YNGI!,!EERING, _}NC "__ CONTRACTOR: -"---"--.---. --- - ~----~ SUBMI'!'TAL ])ATE: SUBMITTAL I!IUNBER: APPLICABLE SPECIFICATION OR DR.UfJ:NG SUBNITTAL ---,.,--". _. ______~_. _.._._..__n..__ _____.___ - ------ --.-----.--...------ ".-. -.--..--...--.-- ----_._._-- ---....-.. '-.. ---...-."---...------- --..-----.........-. -"._- "'--- --'--'-'--'-'--- --- '----._---- '-.-.---.-.----.--..-- -.....---..-.. ,- '-------.------- "-~.- .._...._~ _._---".~.- -"....--.--.-.-- -_. ----.,,-..~.--.---.- '~-'"^--~-~ --~~._...__._._-_.._- _._._~..__..--._._.._--_._._---- -..------ ._-_._._._--_.~--- '-''''--''-'- --~ ._--- --.._-----_..._._----~-_...._- --..-- ..---....--.--.....-----.-.--- Section A - SP (Revised 12/15/04) Page 32 of 32 ....... '0 - .- " 0)' f._ - ,- 0::: \.JJ Q 0::: a en \.JJ ::) Q' . J ~~ ~) GO) :tlLJ J ;-~ <;t-<- >Cf . '0 J i J T i ~I'I J 0.j ", ~'i= ) : //'f C'-,j j ", ~ 1', l~iU1 ,~ (I) r \.JJ........., \.JJ_~ , O-.;t- 0 <;t- '~,,'. 0 '" 0 0.j 0::: l() 0::: 0) Q-.;t- Q<;t- '" ~ \.JJ ~ \.JJ ~ <-< <<: OLj OL.J l'/-Lj ~\..LJ < 0::: :<: 0::: , (f ~ (f~C!) u__ -: 1 --T (() j I 1 ~ I -- ---- -1 I__L+_ - -- -- -- - - -- - - "I rU~~ei ~I i H-" ..J G I I (f)G g I I I (f)< I I I lLJ=> L.J ! , u~ '::JG: I I ! ~C!). @~I I: Q G ~ => ~I ! : \..LJ<<(OO i ! i <-co :S~""I: i:! o lJJ en U,' , 0, at ~':::: L.J:t"t-! ,I'I.I[ i ~::r: <: t- i l[) """I ' a:: $ a i I '-VI t-' , I 2: Cx:J I ! o:~ i: ! ! I 0';) i ' ~ ,"'-I I '~I I "t- 1.. .... ! ~JI : i 1 L~~i+-- .. ..... j I l --11 -- -- -- - I ... 7, I I -- u~tiol I, ;I'~ i. , (Q '. : : (Q (Q : : " co (Xi <;t- ....- '" co Q\ " " "" '" "'- "'- f l(l~ (J) l'<) <0 l'<) " ('-,j r (Q 't "t- 5/8" 'H~' - (Q "t- .- "'- "- l'<) I a <- ::J o 0::: (5 ~ o ;:j G 2: ::J o 0::: lLJ(5 t-~ -(.) ~~ ... --e /", I I -+ ,,, , " , '- " 2 -0 1 --I!LJL?__ ~!______2~____ ______ I I -i ~ ;.0 "t- "'--"'- ~"- ~ l[),1) (Q 4 -:Q" ATTACHMENT I -r ~ (f) o Q () , 0';) >< ~ >< I _-.J --- - i ~ ~- ~) c/) f----- ~''--) ~.JJ -'. I " .....--......... l-J '/' "----- C) Qj 6"p'l13aN~15000l\N~15\ ~aOl PUOiJ\l J:Jroiidll\31'WH\:f; .,-~