Loading...
HomeMy WebLinkAboutC2006-573 - 12/19/2006 - ApprovedS F= C I A P R V I S S P E C I F I C, T I O ?; AND! CONTRACTS O RS 0 F F O R /2 2006 -573 12/19/06 M2006 -439 Berry Contracting LP O N S 8 O D S CI' NO: 6265 PREPARED ; BY: Maverick Engineering, Inc. 2000 S. P.I.D., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289 -1385 Fax: 361/289 -0712 FOR: DEPARTMENT OF ENGI ID1G SERVICES CITY OF CORPUS RISTI, TEXAS Phone: 361; 80 -3500 Fax: 361/880-3501 * DENN!S L. MILLER e %�. 515C3 :"i .ors /ONAl.4 C'I• Of T.0-4: j.! tio Rev sea /5/30) UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. Table of Contents NOTICE TO BIDDERS (Re vi se i NOTICE TO CONTRACTORS -A Revi5ed Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS -B Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government nt -'.ies PART A - SPECIAL PROVISIONS • Time and Place of Receiving Proposals /Pre -Bid Meeting A-2 Definitions and Abbreviations A Description of Projece A-4 Method of Award A -` Items to be Submitted with Proposal • F Time of Completion /Liquidated Damages Workers Compensation insurance Coverage Faxed Proposals -4- Acknowledgment of Addenda A -10 Wage Rates ( Revised 7 '5/00) • -11 Cooperation wits Publc Agencies (Revised 7/5/00) A-12 Maintenance of Services A-33 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking -5 Excavation and Remova;.s A-16 Disposal /Salvage of Materials A-11 Field Office A -18 Schedule and Sequence of Construction A -19 Construction Project ikayout and Control A-20 Testing and Certification A-21 Project Signs A -22 Minority /Minori-_:y Business Enterprise Participation Policy (Revised 10/98) A 23 Inspection Required (Revised 7/5/00) (NOT USED) A -24 Surety Bonds A 25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) A -26 Supplemental Insurance Requirements A-29- - Respon3ib lity for Damage Claims (NOT USED) A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended "Policy. on Extra Work and Change Orders" 32 Amended "Execution of Contract" Requirements A - - -33 Conditions of Work A - - -34 Precedence of Contract Documents A 35 City Water Facilities. Special Requirements (NOT USED) A - -36 Other Submittals (Rev-:sed 9 /18/00) A-37 Amended "Arrangement And Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 6 A 3H Worker's Compensation :overage for Building or Construction Projects for Government Entities A 35 Certifi ate of Occupancy and Final Acceptance (NOT USED) A-46 Amendment to Section B -8 -6: "Partial Estimates" A -4_: Ozone Advisory A - -4�' OSHA Rules & Regulations A-4S Amended "Indemnificati :n and Hold Harmless" (9/98) A -44 Change Orders (4/26/99) A - -4` As -Built Dimensions and Drawings (7/5/00) A - -46 Disposal of Highly Chlorinated Water (7/5/00) A_4_, Pre - Construction Exploratory Excavations (7/5/00) A -4E Overhead Electrical Wires (7 /5/00) A --45 Amend "Maintenance Guaranty" (8/24/00) A --50 Video Documentation A - -5 Electronic Proposal Form Attachment I - Project Sign Attachment II _ Sample Computer Print -Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020 "100 Survey Monuments SL`a 021 SITE PREPARATION 021020 Site Gearing and S ripping S3 021040 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 022020 Excavation and Backfil" for Utilities and Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation 10 022060 Channel Excavation S11 022080 Embankment S13 022100 Select Material S1` 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course S23 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS AND SURFACE: 025404 Asphalts, Oils and Emulsions 529 025412 Prime Coat (Asphaltic Material Only) S30 025414 Aggregate for Surface Treatment and Seal Coats S35 025418 Surface Treatment E32 025424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 FABLE OF CONTENTS PAGE 2 3F 6 1250 CONCRETE WORK 025608 nlets 363 0256110 "oncrete Curie and ;utter S52 025612 oncrete Sidewalks and Driveways S53 025614 'oncr.et Curie Ramp:; 0258 TRAFFIC CONTROLS & D'r:VICE.S 025802 Temporary Traffic 'ontrols During Construction 025805 Abbreviated Pavement Markings S101 025807 Pavement Markings -Paint and Thermoplastic) S45 025813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025918 Reference- Pavement Markers (Reflectorized) (TxDOT D -9 -4200) 025828 Reference- Bituminous Adhesive for Pavement Markers (TxDOT D -9 -6130) 026 UTILITIES 026? GENERAL 026201 Waterline Riser Assemblies S79 026202 Hydrostatic Testing of Pressure Systems S89 026206 Ductile Iron Pipe and Fittings S81 026210 PVC Pipe - AWWA C900 and C905 Pressure Pipe S83 0262.14 Grouting Abandoned Utility Lines S3 0264 WATERLINES 026402 Wateriines 588 026404 Water Service Lines S81 026409 Tapping Sleeves and Tapping Valves S84 02.6411 Gate Valves Oor Waterlines S85 026416 Fire Hydrants S86 027 SEWERS & DRAINAGE 0272 GENERAL 027202 Manholes S62 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 7iberglass Manholes S58A 0271 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027404 Concrete Box Culverts 566 0276 SANITARY SEWERS (GRAVITY) 027602 Gravity Sanitary Sewers S61 027606 Sanitary Service Lines 027611 Television Inspect -on of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 028040 Sodding S8 028200 Mail Box Relocation 028300 Fence Relocation S12 028320 Chain Link Fence S70 TABLE OF CONTENTS PAGE 3 OF 6 330 CONCRETE, GROUT 030020 Portland Cement C.)ncrete S40 032020 Reinfor:.:ing Steel 342 13''040 Epoxy Compounds S =:4 )3F,000 Concre e St -uct gar ; 541 5( METALS 50200 Welding S41 15`420 Frames Grates, R.ngs and PART T - TECHNICAL SPECIFICATIONS 022 EARTHWORK 022021 Control of Ground Water Covers S57 025 ROADWAY 0252 5UBGRADES AND BASES 025223 :rushed Limestone Flexible Base CUT- SHEETS FOR ELECTRICAL CONDUIT HANDHOLES (PULL BOXES) Strongwell Quazite 11" x 18" x 18" PG Style Stackable Open Strongwell Quazite 17" x 30" x 18" PG Style Stackable Open Strongweli Quazite 24" x 36" x 24" PG Style Stackable Open LIST OF DRAWINGS: SHT.NO. DESCRIPTION Title Sheet Vicinity Map Project Location Map General Notes and Testing Schedules Estimated Quantiti s Summary /Drawing 5-=0 Existing and Proposed Typical Street 1_ -1A Demolition /Removal Summary (Sheets 1 1' Water Base Map 1! Wastewater Base Ma; 14 Storm Water Base Map 1 Gas Base Mat Drainage Area Map Baseline Alignment Baseline Alignment Baseline Alignment Baseline Alignment Baseline Alignment Project Control Po 1 i0 13 2( 25 2< 233 24 2� 2E 27 28 29 30 31 32 33 34 35 36 7 Legends Sections thru 2) Sheet Sta. 0 +00 to Sta. 19 +00 Sheet Sta. 19 +00 to Sta. 38 +50 Sheet Sta. 38 +50 to Sta. 56 +50 Sheet Sta. 36 +50 to Sta. 74 +25 Sheet Sta. 74 +25 to End it Layout 1 Project Control Point Layout and Wastewater (Plan and Wastewater Pian and Wastewater 'Elan and Wastewater SPlan and and and and and and and and and and Water Water Water Water Water Water Water Water Water Water Water Water Water Water Wastewater ;Elan Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Wastewater Way tewate - (Plan (Plan (Plan (Plan (Plan (Plan (Plan (Plan (P1an 2 and and and and and and and and and and and and and and Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) Profile) rAeLE OF CONTENTS PAGE 4 OF 6 Bottom Assembly Bottom Assembly Bottom Assembly Sta. 0 +00 to Sta. Sta. 4 +50 to Sta. Sta. 9 +50 to Sta. Sta. 14 +50 to Sta. Sta. 19 +50 Sta. 24 +50 Sta. 29 +00 Sta. 33 +50 Sta. 38 +00 Sta. 42 +50 Sta. 47 +50 Sta. 52 +50 Sta. 57 +00 Sta. 62 +00 to to to to to to to to to to Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. Sta. 4 +50 9 +50 14 +50 19 +50 24 +50 29 +00 33 +50 38 +00 42 +50 47 +50 52 +50 57 +00 62 +00 66 +50 Water and Wastewater Plan and Profile) Sta. 66 +50 to Sta. 70 +25 3sA Water and Wastewater (Elan and Profile) Sta. 74 +00 to Sta. 79 +15 3B Water and Wastewater (Plan and Profile) Sta. 79 +15 to Sta. 84 +25- Water. improvement Plan at I.H. 37 Exit Ramp 4 Waster titer .,atera1:= 4 Water tine C;nnecti-n retails 41 Water: and Wastewater Details 43 4' Standard Water Det l iss (Sheets 1 thru 5) 18 Sanitary Sewer Standard Details (Sheets 1 thru 5) Street and -storm Water (Plan and Profile) Sta. 0 +00 to Sta. 4 +50 Street and Store; WatE (Plan and Profile) Sta. 4 +50. to Sta. 9 +50 Street and storm Water (Plan and Profile) Sta. 9 +50 to Sta. 14 +50 Street and Storm Water (Plan and Profile) Sta. 14 +50 to Sta. 19 +50 Street and storm Water (Plan and Profile) Sta. 19 +50 to Sta. 24 +50 Street and Storm Water (Plan and Profile) Sta. 24 +50 to Sta. 2.9+'00 Street and Storm Water (Plan and Profile) Sta. 29 +00 to Sta. 33 +50 Street and :storm Water (Plan and Profile) Sta. 33 +50 to Sta. 38 +00 Street and torm Water (Plan and Profile) Sta. 38 +00 to Sta. 42 +50 Street and Storm Water (Plan and Profile) Sta. 42 +50 to Sta. 47 +50 Street and s=torm Water (Plan and Profile) Sta. 47 +50 to Sta. 52 +50 Street and Storm Water (Plan and Profile) Sta. 52 +50 to Sta. 57 +00 Street and Storm Water (Plan and Profile) Sta. 57 +00 to Sta. 62 +00 Street and 'Storm Water: (Plan and Profile) Sta. 62 +00 to Sta. 66 +50 Street and `'torm Water (Plan and Profile) Sta. 66 +50 to Sta. 70 +25 Street and Storm Water: (Plan and Profile) Sta. 70 +25 to Sta. 74 +00 Street and :4torm Water (Plan and Profile) Sta. 74 +00 to Sta. 79 +15 Street and Storm Water- (Plan and Profile) Sta. 79 +15 to Sta. 84 +25 Street and Storm Water (Plan and Profile) Sta. 84 +25 to Sta. 88 +65 Street and 'torn Water (Plan and Profile) Sta. 88 +65 to End Starer. Water Drainage Outfall 81 (Plan and Profile) Sta. 0 +50 to End Storm Water Laterals 'Sheets 7 thru 4) Wingwall No 1 Detail: Wingwal 1. 2 13et sus DELETEL Standard Storm Water Details (Sheets 1 thru 2) Miscellaneous Stor -n Water Details (Sheets 1 thru 3) Curb, Gutter and Sidewalk Details Miscellaneous Street and Storm Water Details Standard Driveway Details (Sheets 1 thru 2) Miscellaneous Curb Ramp Details (Sheets 1 thru 2) Curb Ramp Details (Sheets 1 thru 3) Pedestrian Pail Details Miscellaneous Fencing Details Pavement Marking Pan Sta. 0 +00 to Sta. 19 +00 Pavement Marking Plan Sta. 19 +00 to Sta. 38 +50 Pavement Marking Phan Sta. 38 +50 to Sta. 56 +50 Pavement Marking Plan Sta. 56 +50 to Sta. 74 +25 Pavement Marking PLan Sta. 74 +25 to End Signage Play, Sta. 0+00 to Sta. 19 +00 Signage Plan. Sta. ?9 +00 to Sta. 38 +50 Signage Plan Sta. 38 +50 to Sta. 56 +50 Signage Plan. Sta. j6 +50 to Sta. 74 +25 Signage Plan. Sta. 74 +25 to End Pollution Prevention Plan Sta. 0 +00 to Sta. 19 +00 Pollution Prevention Phan Sta. 19 +00 to Sta. 38 +50 Pollution Prevention Plan Sta. 38 +50 to Sta. 56 +50 Pollution Prevention Plan Sta. 56 +50 to Sta. 74 +25 Pollution Prevention Plan Sta. 74 +25 to End Drainage Outfall itL Pollution Prevention Plan Conduit Layout Plan Std. 0 +00 to Sta. 24 +00 Conduit Layout Plan Sta. 24 +00 to Sta. 48 +00 Conduit. Layout Plan Std, 48 +00 to Sta. 64 +00 Conduit: Layout Plan Std. 64 +00 to Sta. 80 +00 Conduit Layout Plan Sta. 80 +00 to End Traffic Control Perimeter Map Traffi=c: Control Sequencing and General Notes 79 80 -8_ =32 -83A 84 8`; 86 -8 88 -88A 89 -91 93 94 9'=. 9E 9' 98 9=; 100 101 1(2 103 1(4 105 106 1f 7 168 169 110 111 112 1.3 114 115 115A " -ABLE OF CONTENTS PAGE 5 )F 6 1 Trafr Con_rol Se,tions 1 i Traffic Control Plan. Phase I ,Sheet 1 of 2) 1 Traffic- Con roi Plan Phase I ;Sheet 2 of 2) 1 r Traffic Conr:rol Plan Phase II (Sheet 1 of 3) 1; Traffa: Con rot Plan Phase II (Sheet 2 of 3) L 1 Traffic Con`_rol Plan Phase II (Sheet 3 of 3) is Traff:•: Con-:rol Pl r. Phase II (Sheet 1 of 3) 1. Traffic Control Plan Phase III (Sheet 2 of 3) 1:4 Traffic: Control Plan Phase II1 (Sheet 3 of 3) 15 -1 8 PM(1) -00A thru PM(4) -00A Pavement Marking Standards 1::3 Permanent Pavement Marking Details i POZ -LOC: Sign Support Post and Socket System 1. 1 End of Road Barricade, Traffic Sign Assembly /Installation Details 1 2 Crosswalk P- vement Marking Details 1 3 TCP Notes-98 1.4 WZ(CD) -94 Work Zone Channelizing Devices on Flexible Supports I5 -146 BC(1) -03 th -u BC(12) -03 Barricade and Construction Standards GEOTECBNICAL REPORT NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PATIENT BOND ABLE OF CONTENTS PAGE 6 OF 6 NOTICE TO BIDDERS NOTICE TO BIDDERS Sewed proposals, addressed to the City of Corpus Christi, Texas for: UP RIVER ROAD-RAND MORGAN RD. to McKINZIE RD. consists of the complete removal of an existing r-oadwa',. and - onstruction of approximately 8661 LF of new 3 -lane seceadar e urban eolleetol street (41 -f t . back -to -back of curbs) with concrete sidewalk: and a :o cia°ed pa,,,ement marking and signage improvements; 8462 LF of new :8" 48" ; fr o nfo: ced e( ncrete storm sewer pipes, inlets and manholes; 612 L,; r new 6'x 4' and 'x 4' reinforced concrete box culvert; 3575 LF of new 6" t e waterlines and apeur'_enances; 6575 LF of new 24" cement mortar -lined duct ie litn water Line with fir- release valves and appurtenances; 3571 LF of new 1,:" PVC wastewater gravity Lines and fiberglass manholes; 4041 LF of new x PVC eiectr t cal c:_ nd le and handholes (pull boxes) for future MIS s rEet i.ght ng and future signa1iz3tion; drainage ditch re- grading and eurinworio: block >odd.:ng ano seeding; and temporary traffic control; together witle . all appurtenances, it accordance with the plans, specifications and nt act cocument will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, November 22, 2006, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bia meeting will be held on Tuesday, November 7, 2006, beginning at 10:00 a.m. The meeting will .onvene at the Engineering Services Main Conference Room, Third Floor, City Ha 1, 1201 Leopard Street, Corpus Christi, TX, and will include .e discus: ion f the Protect elements. If requested, a site visit will fellow, A bid bond in the amount of 5% of the highest amount bid must accompany each proposal, Failure to prov i ze the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for ::ontracts over $25,000.00 will result in forfeiture 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 within two weeks :rf receipt of bids. Plane, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return f,ri good condition within two weeks of bid date. Documents can be obtained by rnaii upon receipt of an additional $10.00 which is a non-refundable postage/handling charge. The bidder is hereby notifi,d that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out ln the contract documents obtainable at the office of the City Engineer and the "ontractor shall pay not less than the wage rates so shown for each ~raft or type of "1ebcr -r: ", "workman ", or "mechanic" employed on this project. The 'ity reserves ohe •ight a reject any or all bids, to waive irregularities and a_c accept the did which, in the City's opinion, seems most advantageous to the City and in the beast int.t rest of the public. CITY OF CORPUS CHRISTI, TEXAS /'Angel R. Escobar, P.E. Director of Engineering Services 'n/ Armando Chapa City Secretary Revised /5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Cep if cite of nsura:ice indicating procf of coverage in the following amounts 1 . equi r e.1: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE :'ormercia i. enerai Liabi ity including: Commercial Form ?. Premises - Cperatons 3. Explosion and Collapse H izar.1 _. Underground Hazard %. Products/ Ccmplet. d Opertions Hazard Contractual Liabi,it_y Broad Form Property Damage Independent Contncctors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE IABILITY- -OWNED NON - -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' C:OMPENSATI;N EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not 1i.mited to sudden & ccidenial discharge; to include long -tern environmental impact for the di;oosa i of contaminants $2,000,000 COMBINED SINGLE LIMIT REQUIRED X NOT REQUIRED BUILDERS' 4 SK See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements 7 REQUIRED X NOT REQUIRED Page 1 of 2 The City of Corpus Christi mist be named as an additional insured on all coverages except we rker' s compensation lability coverage. The name of the Project must be listed under "description of operations" on each _ert i f icat of insurance. F<., each insurance cc verage the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice nvf cancellation of or material change on any coverage. The Contractor sh:'1 provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions sectior of the 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. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self- insurance or an approved worker's compensation coverage agreement. Even if. Texas law dot's not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period, Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed ineorpnrated into the project contract. Please note that under section t 10 . ; 10 : 1 Certain '.anqua,ie must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2 The Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. The Contractor is required to post the required notice at the job site By signing this Contract, the Contractor certifies that it will timely comply with tnis Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS- B (Revised 1/13/98) Page 1 of 7 8/7/98 s1_e .C, c itle S. II:NISI:RANCE ?art H. TEXAS WORKER`' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapeer B. EMPLOYER NOTICES 120.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise_ Terns not defined in this ruie shall have the meaning defined in the Texas Labor Code, if so defined. 1) Certificate of coverage (certificate :—A copy of a certificate of iYsuraance, a certificate of authority to seif- insure Issued by the commission, mission, cr a workers' compensation coverage agreement (TWCC -S I, TWCC -o2, TWCC -83, or TWCC -S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (inciuding those subject to a coverage agreement) providing ,ervices on a project, for the duration of the project_ (2) Building or construction —Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor- - A person bidding for or awarded a building or construction project by a governmental entity (4) Coverage — Workers' comp ensation insurance meeting the statutory requirements of the Texas .abor Code, § 401 .011(44) ' 5l Coverage agreement —A written agree went on form T WCC -S 1, form TWCC -S2, form TWCC -S3. or form FWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project — Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity_ 7) Persons providing ser -Tices on the project ('subcontractor' i:. § 406.096 of the Act) --With the exception of persons excluded under subsections (h) and (i) of this section., includes all persons or entities perforating all or Dart of the services the contractor has undertaken to perform on the project regardless of whether that person contracted directly with the contractor and regardless of whether hat person has ernplovees. This includes but is not limited to independent contractors, subcontractors. ;easing companies, motor carriers, owner- operators, employees of any such entity, or employees of anv entity fiirnishing persons to perform services on the project. "cervices" includes but is not li..^uted h-to r /www scs.state t' usvracJ23TI1'1 I0 /B/1 10 1 10.htmi NOTICE TO CONTRACTORS - - Revised 1/13/98) Page 2 of 1 8/7/98 Page 1 of-6 bite. o: _el.•ennz ec_ °uip,nent cr ...c.sais. cr providing labor, transportation, or ocher prole_.. `:ervides does not Lot :,.de activities unrelated to the project. as •.enoors. Lce suctiy deliveries. rood delivery of sortable toilets_ 8) Pr ,iev;— ciuces the prc•.Zsior of all services related to a building or construction contract for a 4overn tai entity b) Pr ::v,dirg or causing to be provided a certificate of coverage pursuant to this rule is a --epresentatior. by the insured that all employees cf t ;e insured who are providing services cn the project a_-e cc•.•ered by workers' compensation coverage, that the coverage is based on prober eportinc of ciassincation codes and payroll amounts, and that all coverage agreements have been filed a itl7 the aoprepriate in_sura.nce carrier or, in the case cf a seif - insured, with the commission's Division �f Seri L.sura ice Regulation Providing false or misleading ee�fcates of coverage, or failing to ,provide or maintain required coverage, or failing to report any change that materially affects the Provision of coverage may subject the contractor or other person providing services on the project to idministratiye penalties, criminal penalties, civil penalties, or other civil actions_ ) A gover- ental entity t:.a: enters into a building or construction contract on a project snail: 1) include ir. the bid specifications, all the provisions of param-anh (7) of this subsection, using the language required by paragraph (7) of this subsection; 2) as an of the contract, using the language required by pars ph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; 3) obtain from the contractor a certificate of coverage for each person providing services on the project }.rior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration oftte project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled 'c there by ',aw: an i ( %) use :he la:._uage contained in the following Figure i for bid specifications and contracts, without any additions words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S 1 110 110(c)(7) luttr.L!www sos.state.tx.usitac/2a /IL /1 10/B/110 1 10.htrr1 NOTICE TO CONTRACTCRS - 9 Revised 1/13/96) Page 3 of 7 8/7/98 10.1 10 Page 3 of 6 ) A :ontractor s' a 1. ) provide coverage for its employees croviding services on a project, for the duration of the project lased on proper reponing of class;fca::on codes and payroiu amounts arid Eir.2 of any coverage _ reernents; 22) provide a certificate of coverage showing workers' compensation coverage to the governmental °:-)rity prior to beginning work on he project; 3) provide the governmental entity, rnor to the end of the coverage period. a new certificate of :overage showing extension of ccverage, if the coverage period shown on the contractor's current mertificate of coverage ends during the duration of the project; 4) obtain from each person providing services on a project, and provide to the governmental entity: A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of 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 coverage period shown on the current certificate of coverage ends during be ckiration of the project; 5) retain all required certificates of coverage on file for the duration of the project and for one year :hereafter, 6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of ,;overage of any person providing services on the project; ") post a notice on each project site informing all persons providing services on the project that they required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population_ The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T : s includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "`2a1 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, o to report an employer's failure to provide coverage." `:ttpirwww sos.state.oc_us/tac/28/IIl 10B /110.110.html NOTICE .O CONTRACTORS - B Revised 1/13/90) Page 4 of 7 8/7/98 11( eage4ot6 �rA with .vrer:.: contracts wide services on a project to: (�i ce::.-ac. roc ....__. Vie. cn '� ( ) provide coverage based on proper reponi g of classification codes and payroll amounts and filing c any coverage ante °^:ens for ail f is employees providing services cn the project. for the duration cf the aroiect; (B) provide a certificate c coverage to the contractor prior to that person beginning work on the i rajec . IC) include in all contracts to provide services on the project the language in subsection (e)(3) of this ectio (D) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of-coverage, if the coverage period shown on the current certificate of coverage ends during the duration cf the project; =E) obtain from each other person with whom it contracts, and provide to the contractor. i) a certificate of coverage, prior to the other person beginning work on the projeC; and {ti) prior to the end of the coverage period, a new certificate of coverage showing extension of the :overage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; F) retain all required certificates of coverage on file for the duration of the project and for one year therearter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: ( 1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services cn the project, prior to beginning work ;;n the project; (3) have the following Ianguage in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this ::cntrac: who will provide services on the project will be covered by workers' compensation coverage hrtp://www.sos.state.tx_usitac/28/111/ I 10/B /1 10.1 10.html NOTICE TO CONTRACTORS - B Revised 1/ 13/98) Page 5 cf 7 8/7/98 a Lk, rage of o f.m- cu ation of project, that the cc•. erase will be based on proper reporting of classification codes anti payroll amounts. and that ail coverage agreemens will be filed with the appropriate insurance carrier or, the case of a self - insured, with the commission's Division of Self-Insurance Regoizuon. Providing false or misleading information may subject the contractor to administrative penalties. criminal penalties, civil penalties. or other civil actions." ( =1) provide the person for whore it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, tithe coverage period shown on the certificate of coverage ends during the duration of the project, (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract:. (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of-the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person imew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http : / /www sos.state. tc. us/tac128/ h 1 10/B/110. I 10.html NOTICE TO CONTRACTORS Revised 1/13/98) Page 6 of 7 g 8/7/98 Page 6 of 6 duration of :he contrac.: (r) retain ail required cer ti ca:es o coverage on file for the duration of the project and for one year thereafter, (G) notuv the zovernment ai entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project and (H) contractually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) Many provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application_ and to this end the provisions of this rule are declared to be severable (g) This ruie is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 46). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure That is delivered, issued for deiiverv. or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index httpJ /www_ sos. state_ tx.usitacJ28/11/ 110/B/110.11 0. html NOTICE TO CONTRACTORS - 8 Revised 1/13/98) Page 7 of 7 8/7/98 PART A SPECIAL PROVISIONS UP RIVER ROAD-RAND MORGAN RD. TO McKINZIE RD. ( #6265) SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals /Pre -Bid Meeting ealeo proposals wii : be : :e toed in conformity with the official advertisement n-ifthe bids t>° the Pre ee . oposals will be received in the office of the City eeere!ae y, ioceaeo _tie rat floor of :ity Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, November 22, 2006. Proposals mailed should be addressed in the low i-;g manner ty of _. rpus City Secretary's G1fi<e= ee01 Leopard Street Corpus Christi, Texas 18zeij ATTN: BID PROPOSAL - UP RIVER ROAD - RAND MORGAN RD. TO McKINZIE RD. preen ad meet arc; wit be he d on Tuesday, November 7, 2006, beginning at 10:00 a.m. Tht meeting will convene al the Engineering Services Main Conference Room, Third tiror, ality Ha_ 1201 Leo;arr Street, Corpus Christi, TX, and will include a c,iscuss_on of one Project elements. If requested, a site visit will follow. No additional ->r separate visitations will be conducted by the City. A -2 Definitions and Abbreviations ec do: 8 -,1 of roe General Ero‘n =.ions will govern. A -3 Description of Project UP RIVER ROAD-RAND MORGAN R3. TO McKINZIE RD. consists of the complete removal of an existing roadway and ::Instruction of approximately 8661 LF of new 3 -lane secondary urban collector etreet (41 -ft. back -to -back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; 8462 LF of new 1:'1" to 48" reinforced concrete storm sewer pipes, inlets and manholes; 612 LF of new 6`x 4` and 7'x 4' reinforced concrete box culvert; 3575 LF of new 6" to 16" PVC waterlines and appurtenances; €575 LF of new 24" cement mortar -lined ductile iron waterline with air- re.ease valves and appurtenances; 3571 LF of new 8" and 10" PVC wastewater gravir.y 1 _ nes and fiberglass manholes; 4041 LF of new 2" and 4" PVC elects cal conduit an 1 handh_e le (pull boxes) for future MIS, street lighting and f _gore signal rsat ion; drainage :n tch re-- grading and earthwork; block sodding and seeding; and temporary traffic controt; together with all appurtenances, in a < Ord rce wi t i the ; ans, e i cat ton-, and contract documents. A -4 Method of Award Tie bids wilt be evai<_ateri t•< sed en the following order of priority, subject to the a ra lani sty of t urd:- 1 Total Base Bid -OR- 2 Total Base Bid plus Additive Alternate No. 1 -OR- 3 Total Base Bid plus Additive Alternate No. 2 -OR- 4 Total Base Bid plus Additive Alternate No. 1 plus Additive Alternate No. 2. B�se Bid consists of Al elettent,, of the proposed work not specifically designated ae an additive a ternete er .nrK to be performed by others. Additive Alternate No. 1 consists of providing 5 -foot wide tied concrete sidewalk on the north side of Up river Reed from Station 5 +00 to Station 83 +53. Additive Alternate No. 2 eons ist >f providing a blended mixture of base material in l eu of 100% crushed "imest,c e tFexible ease material_ The blended base material Section A - SP (Revised 12/15/04) Page 1 of 24 nr11 ,nsist e rec aimed ;,alvtr_rized asphalt (salvaged from the existing. roadway pavement) and rew crushed 1 mesrone flexible base. The salvaged asphalt material hall be pulverized such that 100% of the material passes a 2" sieve. The :_vezi,ed asphalt shall then be thoroughly mixed and blended with new crushed ;.mesaoie flexible base (Tape it, Grade 1) to form a homogeneous material. The ended base Tat -aria sha11 aot eontain more than 20o asphalt by weight. C. t; reserves the right lo ,eject any or all bids, to waive irregularities and accept the bid whi :h, in ..he Ui.ty's opinion, is most advantageous to the City and the hest Lnt-,re_.st of the r >uoi c. A -5 Items to be Submitted with Proposal f;l: owing Lt.ems are regt, reo to be submitted with the proposal: 5� Bid Bond (Mast reference UP RIVER ROAD - RAND MORGAN RD. TO McKINZIE RD. as enti f ed in the Pro 0s1. ii Cashier's Check, certified check, money order or bank draft from any State National Bank will also he acceptable.) Disclosure of interests Statement. The information required and identified by Sections A -28, A -29 and A -30 of these Special Provisions *. *In order to expedite the A /E's recommendations for award, Bidders are to provide the requested information with their Proposal. A - -6 Time of Completion /Liquidated Damages I_ minimize inconvenience te the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for c)n.struction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into four (4) phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. Time duration for construction is allocated for each phase, and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration fir each phase is not transferable. The working time for completion of the entire Project will be 730 calendar days. No additional time will be alloted for any Additive Alternate. E.icn phase of the Pro ect.: shall he completed within the number of calendar days or dates :allocated below. Detailed descriptions of the phases are provided on the c anrraet drawlreo as ndl. ated :c Low: From Day One* PHASE I ;Reference Sheets 11': -111 133 -116) 45 Calendar Days • Maintain two-way traffii throughout the Project. * Construct detour widening along north side of existing roadway from Sta 39 +40 (Carbon Plant Rd.) to Sta 54+60 (Japonica Dr.). • Construct detour widening along north side of existing roadway from Sta 70 +00 to Sta. 87 +86 (IH 37 exit ramp). *Start of Phase I is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications:, and other contract documents and accepted by the City. Section A - SP (Revised 12/15/04) Page 2 of 24 From Start of Phase ** PHASE II (Reference Streets 1 b- 6, 119 -.21, 133- -146) 359 Calendar Days • Ciose to traffic and cosstLact full -width improvements through HMACP (Type 8) as ,:•ourse `rom Sta. 13 +80 to t, ;ta. 3?+80. • Close to traffic and construct full width improvements through HMACP (Type B) base course from Sta. 54 +75 (Japonica Gr . ) to Sta. '0 +00 • Close to through traffic (allow local traffic) between McKnzie Rd. and Sta. 1 - - +80, between Carbon Plant Rd. and Japonica Dr ; and between Sta. -'0 +00 and Rand Morgan Rd. • Local traffic will occupy the detour road one -way east -bound between Carbon Plant Rd and Wildwood Dr.; two -way operation between Wildwood Dr. and Japonica Dr -; and two -way operation between Sta. 70 +r0 and Rand Morgan Rd. • Construct the south portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr.), and from Sta 70 +00 to Sta. 87 +86 (IH 37 exit ramp) • Construct new curb & gutter on the south side of roadway from Sta 87 +86 to east end of Project. PEASE III (Reference Sheets 115 -116, 122 -124, 133 -146) 236 Calendar Days • Close to traffic and construct full -width improvements through HMACP (Type B) tease course from McKinzie Rd. to St -1 13 +80 • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 33 +80 to Sta. 38 +80 (Carbon Plant Rd.). • Close to through traffic (allow local traffic) between Carbon Plant Rd. and Rand Morgan Rd. Traffic will occupy the outer lanes of the newly constructed south portion off the roadway. • Construct the north portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr ). and from Sta. 70 +00 to Sta. 87 +86 (IH 37 exit ramp). PHASE IV (Reference Sheets 11T -115A, 133 -146) • Place 2" HMAC pavement (Type D) surface course one lane at a time using BC and TCP sheets. • Place permanent pavement markings and raised pavement markers. • Install traffic signs • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out 90 Calendar Days * *Start of the Phase is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. 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 Services at the Power Street3tormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that Section A - SP (Revised 12/15/04) Page 3 of 24 =ire was an impact eetrimeeta1 re the eonstruction schedule. January 3 Days: May 4 rays September 7 Days February 3 Days Jude 4 Days October 4 Days March 2 Day== ,,Ju iee 3 Days November 3 Days Ap it 3 Day_ August 4 Days December 3 Days s pr eject e esseetial 1y a -onstruct ion contract for a period of 730 Calendar 'ayes, as detailed elsewhere in the contract- documents. Damages for exceeding the etal rime a,le ted shall be independent of damages assessed for each phase, as ecr i oed above r Cere ractor hall commen-e work within ten (10) calendar days after receipt of written notice from the Fireetcr of Engineering Services or designee ( "City 1niinee; ") to proceec. ro each calendar day that .s y work remains incomplete after the time specified in the Contract for completion ef the work for each phase, or after such time period as Extended pursuant to other provisions of this Contract, $400.00 per calendar day iii be assessed against the Contractoe as liquidated damages. Said liquidated carriages are not imposed as a penalty but as an estimate of the damages that the City ve.:1 sustain from delay in c >mpl.etion of the work, which damages by their nature are rcpt capable of precise proof. 'The Direc:or of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimates the amount of 'icluidated damages due the City. "Allowance" for relocation of utilities is a reserve amount of funds that may become available for payments to the Contractor, at the City's discretion, if the extent of utility relocation work is exceeds the original scope of work. A -7 Workers Compensation Insurance Coverage It the : ontractor's workers' compensation insurance coverage for its employees working on the Projeet is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not In effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the [Project Eurtherntore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Cont:nactur employees, liquidated damages will be assessed against and paid by the Cont. - actor at the highest daily rate elsewhere specified in this Contract. Such liquidated _iamages will accumulate without notice from the City Engineer to the Sonteactor aid ,eI1 be a sessed and paid even if the permitted time t_ -complete the Projec7t has of expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals w,rkine ; >n the Fr.ojec' are ccver'ec± by workers' compensation insurance and unless the required document at i oe of see 1 e erage has been provided to the Contractor and the C t y Eng Lneer . A -8 Faxed Proposals Proposals faxed directly to =he City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section 8 -2 of the General Provisions. Section A - SP (Revised 12/15/04) Page 4 of 24 A -9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided to the proposal. Failure to do so will be interpreted as non - receipt Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non- receipt, could have an ielverse effect when determining t•e lowest responsible bidder. A -10 Wage Rates (Revised 'Labor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. En case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council nas 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 mechanic.; employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each Laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connect on with The Project and showing the actual wages paid to each worker. The Contractor will Hake br -- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and eontent of the payroll submittals.) One and one -half (1)) times he specified hourly wage must be paid for all hours worked in excess of 40 hours i.n any one week and for all hours worked on Sundays or holidays (See 3ecticn B 1 "Definition of Terms ", and Section B -7 -6, "Working Hours" A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Texas One -Call System DIG TESS at 1 -300- 344 -8377, the Lone Star Notification Company at 1- 800 - 669 -8344, and the Southwestern Bell Locate Group at 1-800- 344 -7233. For the Contractor's convenience, the following telephone numbers are listed: City Engineer_. Project Engineer.._ A/E Project Engineer, Dennz Maverick Engineering, I Streets & Solid Waste Servi Traffic Engineer.... Police Department.. Water Department,... . , Wastewater Serviees Departm Gas Department. . Storm Water Department . Parks & Recreation Departme American Electric Power Co. Southwestern Bell Telephone Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) 826 -3500 826 -3500 s L. Miller, P.E. nc..._. ._..289 -1385 fax: 289 -0712 ces.... ....826 -1970 826 -3540 .882 -1911 857 -1880 (826 -3140 after hours) ent.... ....857 -1818 (826 -3140 after hours) .885 -6900 (885 -6900 after hours) .857 -1881 (826 -3140 after hours) nt ..... ..._826 -3461 (AEP) . ,...299 -4833 (693 -9444 after hours) Co. (SEC) ..881 -2511 (1- 800 - 824 -4424 after hours) _...857 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800 - 724 -3624) Section A - SP (Revised 12/15/04) Page 5 of 24 enturyTe . ChoiceCom :Fiber: Optic) CAPROCK (Fiber Optic) kirooks Fiber Optic (MAN) A -12 Maintenance of Services 225/214 -1169 (225/229- 3202(M)) .881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972/753 4355 The Contractor shall take a =1 precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed_ It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, It is his responsibility to maintain the services in continuous operation at h_s own expense In the event of damage to underground utilities, whether shown or not shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and are interfered with (i.e. broken, cut, 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 the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface, and the Contractor must pay for all fines and remediation that may result if sewage or ocher liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the Cty Engineer at no increase in the Contract price. Materials for repairs, adjustments or elocations of sewer service lines must be provided by the Contractor A -13 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All- weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile of suitable material on the Project site to meet ~he demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is aot Limited to, working driveways in half widths, construction of temporary ramps, etc_ The Contractor shall comply with the Standards and Practices as adopted available through the City's Traffic secure the necessary permit ` nom the City of Corpus Christi's Uniform Barricading by the City. Copies of this document are Engineering Department. The Contractor shall City's Traffic Engineering Department. A-1-1 eocta for traffic contra are con,,3dercd subs.idia-ry, therefore, no direct payer will be made A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price_ Section A - SP (Revised 12/15/04) Page 6 of 24 Streets and cush lines must frequently, if necessary, t.(, system No visible material remain on the Pry- ject site or A -15 Excavation and Removals be cleaned at the end of the work day or more prevent material from washing into the storm sewer that could be washed into storm sewers is allowed to adjoining streets. The excavated areas behind curbs and adjacent to sidewalks and driveways must be f lid with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The drt must: be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. A - ':l existing concrete and asphalt within the limits of the Project must be removed unless otherwise note_. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore -, no direct payment will be made to the Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A -18 Schedule and Sequence of Construction 'Pc minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of each phase of construction shown below. The project has been divided into four (4) phases. The Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. Time duratior for construction is allocated for each phase, and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day that the work is not completed. Time duration for each phase i, not transferable. The working time tor completion of the entire Project will be 730 calendar days. No additional time will be allotted for any Additive Alternate. The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into construction for each phase. This plan must detail the schedule of work for each construction phase and shall be structured to meet all of the requirements specified in Section A -6 "Time of Completion /Liquidated Damages ", and must be submitted to the City Engineer at ieasr three (3) w:rkinq days prior to the pre- construction meeting. The Contractor shall furnish a Construction Schedule for the following phases of work (detailed descriptions of the stages are provided on the contract drawings as indicated below), Section A - SP (Revised 12/15/04) Page 7 of 24 From Day One* PHASE 1 (Reference Sheets 11 - -118, 133 -146) 45 Calendar Days • Maintain two-way traffi_- throughout the • Construct ,detour widening along roadway from Sta 39 +40 (Carbon Sta. 54 +60 Japonica Dr ) • Construct detour widening along roadway from Sta 70 +00 to Sta. north Plant north 87 +86 Project. side of existing Rd.) to side of existing (IH 37 exit ramp). * Start of Phase I is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, spec fications, and other _-ontract documents and accepted by the City. From Start of Phase ** PHASE II (Reference Sheets 1 5-L16, 119 -t21, 133 -146) 359 Calendar Days • Close to traffic and construct full -width improvements through HMACP (Type 8) fuse course from Sta. 13 +80 to Sta. 33 +80. • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 54 +75 (Japonica Dr_) to Sta. 70 +00. • Close to through traffic (allow local traffic) between McKinzie Rd. and Sta. 13 +80; between Carbon Plant Rd. and Japonica Dr. and between Sta. 70 +00 and Rand Morgan Rd. • Local traffic wil occupy the detour road one -way east -bound between Carbon Plant Rd and Wildwood Dr.; two -way operation between Wildwood Dr. and Japonica Dr.; and two -way operation between Sta_ 70 +00 and Rand Morgan Rd. • Construct the south portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr-.), and from Sta 70 +00 to Sta. 87+86 (IH 37 exit ramp). • Construct new curb & gutter on the south side of roadway from Sta 87 +86 to east end of Project. PHASE III (Reference Sheets 115 -116, 122 -124, 133 -146) 236 Calendar Days • Close to traffic and construct full -width improvements through HMACP (Type B) base course from McKinzie Rd. to Sta 13 +80. • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 33 +80 to Sta. 38 +80 (Carbon Plant Rd.). • Close to through traffic (allow local traffic) between Carbon Plant Rd. and Rand Morgan Rd. Traffic will occupy the outer lanes of the newly constructed south portion off the roadway. • Construct the north portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr,), and from Sta. 70 +00 to Sta. 87 +86 (IH 37 exit ramp). PHASE IV (Reference Sheets 115 -11SA, 133 -146) 90 Calendar Days • Place 2" HMAC pavement (Type D) surface course one lane at a time using BC and TCP sheets. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out * *Start of the Phase is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion shall be based on satisfactory work, Section A - SP (Revised 12/15/04) Page 8 of 24 comp.eted in accordance .ai_tn the plans, specifications, and other contract documents and accepted by the 'ity. The plan must also inricare ene schedule of the following work items: L n tial Schedule: Submit to the City Engineer three (3) days prior to the r =-- Construction Meeting an initial Construction Progress Schedule for review. items to Incluue: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. identify the first work day of each week. Submittal Dates entire project. Indicate submittal dates required for all submittals for the 4 Re Submission: Revise and resubmit as required by the City Engineer. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. it is the meaning and intent of this Contract that the Contractor shall be allowed tc prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: The schedule of construction shall be structured to meet all requirements of Section A-6 "Time of Completion /Liquidated Damages" and as noted above. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will l be harmonized. Traffic control ,s essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will o'cur during the period of the Contract. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: measurements, benchmarks, baselines, etc. that are project of this nature Major controls and two (2) benchmarks, required for by the City or Consultant Project Engineer. lines, slopes, grades, sections, normally required to construct a project layout, will be provided The Contractor shall furnist al; lines, slopes and measurements necessary for control of the work if during construction, it is necessary to disturb or destroy a control point or benchmark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project. Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. if tor whatever r.easor, it ii necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Section A -- SP (Revised 12/15/04) Page 9 of 24 Consultant Project Engineer, the drawings, the Contractor the City or Consultant Proje The Contractor shal 1 tie in proposed, for the purpose of paving process the required deviation would necessitate a revision to shall provide supporting measurements as required for ,t Engineer to revise the drawings. c eterence all valves and manholes, both existing and adjusting valves and manholes at the completion of the The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Regstereii Professional Land Surveyor ( R.P.L.S.) licensed in the State of Texas, retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the T1 i x d r"a ty Surveyor ind cerr if y compliance to any regulatory permits. Fnliowing is the minimum schedule of documentation required: • • • • • • • • Streets: All curb returns at point of tangency /point of circumference; Curb and gutter flow line - both sides of street on a 200' interval; Street crowns on a 200' interval and at all intersections. Wastewater All rim /invert elevations All intersecting lines in at manholes; manholes; pipe and flow line} (TXDOT and RR permits). Water: All top of valve boxes; Valve vault rims; 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 -ef pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification Ali tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the 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 two (2) Project signs as indicated in Attachment I. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) Pol icy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support Section A - SP (Revised 12/15/04) Page 10 of 24 of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise Definition:. Prime Contracto__: Any person, firm, partnership, corporation, association or jc nt venture as herein provided which has been awarded a City contract Subcontractor: Any named person, firm, partnership, corporation, association, or ;Dint venture as herein identified as providing work, labor:, services, supplies, equipment, materials or any combination of the foregcing under contract Nith a prime contractor on a City contract. Minority Business Enterprise. A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican -- Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and sham, in payments from such an enterprise in the manner hereinafter set forth Owned (a) For s sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must he owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Cont rolled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise d Minority. 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 OT partnership interests are owned by one or more women, or a corporation; at least 51.0% of whose assets or interests in the corporate shareE are owned `)y ,,ne or more women. f. Joint Venture: E- joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction The degree to which a joint venture may satisfy the stated Section A - SP (Revised 12/15/04) Page 11 of 24 Goals MBE goal ca of the jot. For exampi work itse interest, s 25.C% of either flfi perfumed nnot exceed the proportionate interest of the MBE as a member nt venture in the work to be performed by the joint venture. e, a joint venture which is to perform 50.0% of the contract f and in which a minority joint venture partner has a 50.0% hall to deemed equivalent to having minority participation in he wotk.. Minority members of the joint venture must have ancial managerial, or technical skills in the work to be by the 7 o i r,' venture. The goals Enterprises work force follows: for participation by minorities and Minority Business expressed in percentage terms for the Contractor's aggregate on ail construction work for the Contract award are as Minority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 15 % b These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project tc project for the sole purpose of meeting the Contractor's percentage is prchibited. 4. Compliance a Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Re -iised 7/5/00) (NOT USED) The Contractor shall assure the appropriate building inspections by thc Building the various and to assure a final inspection after the building is completed and ready for eeenpanley. Contractor must obtain -- - -- - _ S -.. - ection B 6 2 of thc Ceneral Provision is hereby amended iA that thc Contractor must-pay -- -- lcv' -: _ •- - • 'lding Inspection Department, and all other City fees, including 'rater /wastewater meter fees and tap fees as required --by City. A -24 Surety Bonds Paragraph two (2) of Section B 3 -4 of the General Provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's Section A - SP (Revised 12/15/04) Page 12 of 24 capital and sirpius, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion at the bond amount that exceeds ten percent (10 %) of the Surety "ompany': capital and surplus with reinsurer(s) authorized to do business in h, State of Te:.as. &mount of the bond reinsured by any reinsurer may not <-xoeed ter. percent 10 +j cat the reinsurer's capital and surplus. For purposes f this section the amount of allowed capital and surplus will be verified hrougr, ,,1e. State Board or Insurance as of the date of the last annual t-atutory financial statement of the Surety Company or reinsurer authorized and admitted to Jo business in the State of Texas. The Surety shall designate an agent. uho i a re. -;dent of Nueces County, Texas. Each bond must be executed oy the Contractor and the Surety. For contracts in excess of :;:1.10,000 the bor:d must. be executed by a Surety company that is certified by he United States Secretary of the Treasury or must obtain reinsurance for any i:abilt'r in excess of $ 00, 000 f -om a reinsurer that is certified by the ;.noted States i;ecretasy of the Treasury and that meets all the above -equirements. The insurer or reinsure/ must be Listed in the Federal Register as holding :ert ficates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) Ccction -B 6 22, "Tax emptioe Provision", following substituted i- lieu - thereof. -Qontraeto for improvements to r do not _ - of- elccta to operate under a 37 Tax Administration e-€- T4-th. 34, Public er sueh et=her rule =- regu-_ at ion Pub-14-e- Accounts of -Texas, If -thc Contractor-elects to - eperatc under Obtain tie necc ^nary salsa t 3 . —1de= f i nr thc late Charges " in the oroposel form thc--cost- of materials physically incorporated into the-Project Provide -r -ef a - eertificintes to suppliers- 4- -- Provide thc City A ^ h-eopi-es- va-lue of materials. If the Contractor does -not elect for all Bales, Excise, and Use Subcoatractora are eligible toy sales tax exemption° if thc Subcontractor also complies with the above requirements. certifi ate to thE> - -s- contract-er and the ccrtifiea -te his -supplier." The Contractor must i3auc a regale A -26 Supplemental Insurance Requirements Poi each insurance coverage provided in accordance with Section B -6 -i1 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1 Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator Section A - SP (Revised 12/15/04) Page 13 of 24 2. Address: P O. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shalt provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer: within thirty (30) calendar days after the date tt,e City Engineer requests that the Contractor sign the Contract Documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the .ontrac:_ Documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker .s compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurances policy, signed by the insurer stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For- contractual liability insurance coverage obtained in accordance with Section B-6.11 (a) of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of of in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, Dr employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) Paragraph (a) Ccncral Liabili t-y of Section B 6 11 of the General Provisions is amended -to include: Contractor must Contract up to and including thc date thc City • a y acccgt3 the Project er werk. Builder's Rink or Inotallation Floater eaverage must be an "All Risk" form. Contractor must pay all coats necessary t o- r- ftuilder' 3 Risk or Tn ^ta' 1 o P o- t - =c-c' loafer insurance covcraac . polieics providing such insurance coverage. A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1, Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2; years The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, 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 the Section A - SP (Revised 12/15/04) Page 14 of 24 •aaimant the amount el the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and Sated by the bidder's owner, president or other authorized patty. specifying all current assets and liabilities.. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who aces careful and competent and acceptable to the City Engineer The criteria upon: whieh the llity Engineer makes this determination may include the fellowtnq: 1 The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project - This experience must include, but not necessarily be limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with !-he submittal process, federal and state wage rate requirements. and City or-tract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Foremen, It utilized, shall have at least five (5) years recent experience in similar work. and be subordinate to the superintendent. Foremen cannot aet as superintendent without prior written approval from the Ct,e. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pirsuant to Section B-7-13 of the General Provisions. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section B 3 -1 "consideration of Contract", add the following text: "B:i dders (based en the Total Base Bid of Total Base Bid plus Additive Alternate No 1 or Total Base Bid plus Additive Alternate No. 2 or Total Base Bid plus Additive Alternate No. 1 plus Additive Alternate No. 2, subject to the availability of funds) must submit to the 'ity Engineer the following information: A L_st of the ma -or components of the work; A 1 ,st 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; A schedule f anticipated monthly payments for the Project duration; Section A - SP (Revised 12/15/04) Page 15 of 24 5 The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE It 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 ".ist of subcor-tracto,s that will be working on the Project. This list may contain more than one subcontractor- for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the wor. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the iTeplacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13 of the General Provisions; A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre - construction conference; 8. Documentation required pursuant to Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's Field Administration Staff "; 9 -Documentation an required-by Special 10 Submit in letter form, information identifying type of entity and state (i.e. Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity." A -31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -5 "Policy on Extra Work and Change Orders ", the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25.000.00 must also be approved by the City Council." A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B - -3 -5 "Execution of Contract" add the following: Section A - SP (Revised 12/15/04) Page 16 of 24 "The aware of tie Contract may be rescinded at any time prior to the date the ity Engineer delivers a contract to the Contractor which bears the signatures f the City- Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform :ncier they "ont?act until the date the City Engineer delivers the signed °ltractc Contrnct? " A -33 Conditions of Work Each bidder must familiarize himself completion of the Project. Failure obligation to carry out the provisions attend the Pre -Bid Meeting referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is reminded to in Special Provision A -1. A - 34 Precedence 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 will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be ,given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges ", ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Spec:_-ifi rations, and General F^rovnsions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) ?' —V . o ' o _ e Orient—at on Prior to performing work -at any City water facility, the Contractor, his subcontractors, -arid- aeh of their employees must have on their person a valid curd certifying their prior attendance eendueted by thc Cit) Water Department Pcroonncl. A Visitor /Contractor Safety Orientation Program will be fe-rcd by authorized City Water Department personnel for those peroon, -fie- de –not -have ouch a within any City water facility. For additional information refer to Attachment 1. B-- Operation of-City Owned-rer}t The Contractor ohall not start, operate, or stop any pump, motor, valve, equipment, switch, breaker, - control, or any other it _ _- time. Ali sir items mutt be operated by an operator or other authorized maintenance cmpi- oyee - -af thc City Water Department. C. Protection of water-Quality The City must deliver water of drinking quality to its customers at all times. The Contractor shall protect the quality of the water in the job site and shall coordinate itc work with the Cit-y- Water Department to protect thc quality of the water. a. –€Cn #e 4ty with ANSI/NSF-Standard Gl Ali Enaterialo and equipment used in the rcinshollation, and inspection of eontaot with potable water, must Inotitu Standard Specifications. repair, reaacembly, transportation, conform to American National Standards Foundation (ANSI /NSF) Standard G1 as described in the Such materials- include all - solvents, el aners, lubricants, ga3kcto, thr ad compounds-, coatings, or hydraulic equipment. Section A - SP (Revised 12/15/04) Page 17 of 24 they contorm to ANSI /NSF Standard 61 and unless such items are inspected en the site b -- authorized City personnel immediately prior to use_ • The Contractor shall provide the Engineer with copies Standard 61 approval for all materials -- -_. wa ti r. it Handling-and Di .pe a4- Trash Ark teas -n generated - - -by the Contractor or must be n e allowed. t- ash de- ly- Thc Contractor the water facility site. Blowing trash will not e'.hal1 keep work areas clean at all times and remove all CONTRACTOR'C ON -SITE - PREPARAF1 3 F- Contractor -o per must blue; -or - white. Each employee uniform employee - -identification, must G. Centract�or shall provide telephones provide company for te1cphone3 are not available for Contractor uac_ Contractor name and individual personnel. Ti -- Working hour will bc x-99 A-.M. to- S ;00 P.M., Monday thru Friday. 1 Contractor must not uac-any evert- aanitaay-- faciliticcs. Plant Ali Contractor vehicles must be parked at de3ignated sitc, a. designated by G±ty Water Department staff. All Contractor vehicles must bc clearly labeled with company name. No private -employee vehicles arc allowed at 0. N. Stcvcna Water Treatment Plant. All personnel must bc in company vehicles. During working hours, contractor employees - muot of 1 ave the designated con3truction area nor wander required work or a3 directed by City Water th -r -e gh other than for Depa,.*meat - persAnnp 1F: —Contractor Qualification3 SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any veer by qualified techni al and perv-;ory personnel, as determined by meeting the qualifi atiena -4 thru 9 bekew: This work includes, but is not limited to, modifi ation3, additions,- changes, scicction3, furniohing, installing, connecting, greg-rammi -- customising, debugging, calibrating, or pl ,,cing in operation all ha -r-e and /or software 3pceificd •a- Thc Contractor or his subcontract or propo3ing to perform the SCADA work must be able to demonstrate thc fol-lew4ng 41e- io regularly engaged in th bus-knees-7 preferably as applied to thc municipal water and wastewater industry. 2.141c has performed wed - _ 3yct_mc of comparable eizc, type, and complexity ass r_gu red ;. this Contract on at lea3t three prior project3. -44e -has been actively engaged 4_ 41e employs a Registered 1-i _ - _ - . - Electrical--- -Engineer- t-o supervise or perform thc were requi-rod by thcac S- He employs personnel on manufacturer' a tag - eempe RTUC's, and software proposed for the Centract. 6—He-maintains ain fully staffed and equipped service facility within 4-00 mild of the Project site to maintain, repair, calibrate, and pregram the systems specified herein. 7.-He -- -shall furnish equipment which is thc product of one manufacturer to the Section A - SP (Revised 12/15/04) Page 18 of 24 :,a -m practical extent Where this is not practiea-1-- -all equipment of a given type will be the product a€ -P -er performance at thc -D- N-. Stevens Water Treatment Plant will be used in evaluating wfsieh- ContraE -tor or subcontractor programs the new work ter this Pro -ect . 3 The C_ont- ractor sl s3J -- produce all filled-oust- the u:- T.eedee- and required- t C-iry S€AD- system. Attached is an -example which --the City requires ieehe filled in and ehanges made during -the programming phase. The attached sheet is an example and is not intended tf cho t 4-1- a-€ the required -sh *T The Contractor will provide aii- i g - -b -i ocks tried- %- - Trenehiig- Requir- camcnts All trenching for this Project at the --6. N. Stevens Water Treatment Plant shall be perfo*mcd ening a backhoe or hand digging due to thc number of existing underground obstructions. No trenching machines-ens-11 be allowed on the Project. A -36 Other Submittals (Revised 9/18/00) 1, Shop Drawing Submittal_ The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b Reproducibles: In addition to the required copies, the Contractor shall also submit- one 1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal form. Resubmittals must have the original submittal Number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form • Contractor s Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e Scheduling Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items f Marking: Contractcr 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 Ldentify any proposed variations from the Contract. Document:; and any Product or system limitations which may be detriments' to the successful performance of the completed work. h Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i Resubmittals: Contractor must revise and resubmit submittals as required by the City- Engineer and clearly identify all changes made since previous submittal. j Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and Section A - SP (Revised 12/15/04) Page 19 of 24 suppliers to promptly report, through Contractor, any inability to comply wi-_h provisions. 2 Samples: The Contractor must submit samples of finishes from the full range of manufacturer: -' standard colors, textures, and patterns for City Engineer's election 3 Test and Repair Report: When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the Project. A -37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -15 "Arrangement and Charge for Water Furnished by the City ", add the fc Howing- "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision, A -39 Certificate of Occupancy and Final Acceptance (NOT USED) The idouanee of final acceptance of the improvements under Ccncral Provision B 8 9. A -40 Amendment to Section B -8 -6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B -8 -6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite, A -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 work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations it is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and /or jobs. A -43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless ", text is deleted in its entirety Section A - SP (Revised 12/15/04) Page 20 of 24 and the 'ollowing is r.ubst ed :n lieu thereof: The Contractor shall told the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an at or omission of the Contractor, or any subcontractor, supplier, materialman, or their sfficials, employees, agents, or consultants, or any w0rk done •..ender the Contract or in connection therewith by the Contractor, or Any subcontractor, t:1pol materialman, or their officials, employees, agents or consultants The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and saali indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent, act or omission of the City, its officials, employees, attorneys: and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." A -44 Change Orders (4/26/99. Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as basis for the price of the change order. A -45 As- Built Dimensions and Drawings ( ?/5/00) The Contractor shall make appropri constructed and keep accurate records all facilities. Upon completion of each facility, the set of direct prints, marked with red locations of all work on,t r-ucted. include the following ate daily measurements of facilities of location (horizontal and vertical) of Contractor shall furnish Owner with one pencil, to show as -built dimensions and As a minimum, the final drawings shall Hor. ;ontai and vertical dimensions due to substitutions /field changes. ✓ Changes in equipment and dimensions due to substitutions. "Nameplate' data pri all installed equipment. d Deletu.ons, additiins, and changes to the scope of work. e Any other ,;hanges made. A -46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive arras. 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 ajl water used in the Project. The methods of disposal shall be submitted to the City tor approval. There shall be no separate pay for disposal of highly chlorinated water. The Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet (20') of proposed pipelines of the Project, and the Contractor shall survey the exact Section A - SP (Revised 12/15/04) Page 21 of 24 ve .rt ica i and horizontal to( aton of each crossing and potentially conflicting pipeline For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the Project, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet J. maximum intervals, The Contractor shall ,hen prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. The Contractor shall perform no construction work on the Project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer, and contractor has received Engineer's approval of the report Exploratory excavations shall not be paid for separately, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price(S) for pavement repair. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7 /5/00) The Contractor shall comply fully with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. it shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A -49 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -11 "Maintenance Guaranty ", add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A -50 Video Documentation As part of the Project requirements, the Contractor shall perform televised inspections of all wastewater (sanitary sewer) and storm water lines and manholes installed on this Project. All inspections shall be made in accordance with Standard Specification Section 027611 "Television Inspection of Conduits ". A -51 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B -2.7 "Preparation of Proposal" is amended as follows: Section A - SP (Revised 12/15/04) Page 22 of 24 ;€ bidder has r:he optic, 31 submitting a computer -- generated print -out, in lieu of the Proposal Form (Pages i through 27, inclusive). The print -out shall list all bid `ems (including any additiae or deductive alternates) contained on the Proposal ;rm Pages 3 t_nr.ougt 22, inclusive). The print -out shall be substantially in the •.rm h: awn or Attachment 1 if the 1 idder chooses to submit a print -out, the at It shalt ne a 'ompan « d prop i y --comp 1 eted Proposal Form pages 1, 2, 23, 2 26 ad- ..on, 1 1 r , it--- _ et h,a _ 1 aorta n the following statement and signature, er ,,e 1.1 d ;hidcter) herewr -h orrtiftet that the unit prices shown on this print -out for bid ems ncl.idi ,_, any additi deductive alternates) contained on the Proposal Firm a- the ir_t pr ces in-end and trat its bid will be tabulated using these i iii r F 2es anri is ,r` tier i if, -rma: ! an fror t s print -oat. (Bidder) acknowledges and ,di e 'hat t iota: Br, a n,ur shown cliti be read as its Total Bid and further ,ree- r nat the filo al 7otar amount �i i1 be determined by multiplying the unit t,a price (Cclamn TV shown ,n tt _s print-out by the respective estimated quantities wn ;r, the rr)posat Fora: CJ nr El. and her totaling the extended amounts. (Sionatur -) le) (Date) Section A - SP (Revised 12/15/04) Page 23 of 24 SUBMITTAL TRANSMITTAL FORM PPOJECT: Up River Road-Rand Morgan Rd. to McKinzie Rd. (#6265) OWNER: City of Corpus Christi ENGINEER Maverick Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 12/15/04) Page 24 of 24 3/8' (0 •=1- 3/8- BACKGROUND tn -2 1 0 W) i--10 1/2' 2.-0- 0 0 ATTACHMENT 1 1 6. yr ageppgi,spooeVists\woz puoiA,1irokiev\3nouV#4 Cr /MIA COWIFI iF,R PUlNT•OUT I ; p i; I I-1.IP i ♦.. yK Q111031 ..of^' Sub.-total Assn. ji' itaus otas D1 -D21) Sub -Tool Pale xra-A- -_. Sub:fuw Babb Did13' Vii_._.. ub-rood Data Ufa ' c" taux 3 Stet .TOld 041210 BM lir Atom S Tow ease aua hems: Attachment iY Page 1 of 1 PART B GENERAL PROVISIONS PART C FEDERAL WAGE RATES AND REQUIREMENTS Genera1 Decision Number TX03)039 06/13/2003 TX39 Superseded General Decision No. TX020039 Stare: TEXAS Construction Type: HEAVY County ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS ,including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06'13/2003 COUNTY(i.es): NUECES SAN PATRICTO SUTX2052A 12/01/1987 CARPENTERS (Excluding Form Setting) CONCRETE FINISHER. ELECTRICIAN LABORERS: Common Utility POWER EQUIPMENT OPERATORS: Backhoe Motor Grader Rates $ 9.05 7.56 13 37 5.64 7 68 9.21 8 72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CPR 5 -5(a) (1) (ii)) In the listing above, the "STY designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1. Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination http: / /www. wdol. gov/ wdol /scafiles /davisbacon/TX39.dvb Page 1 of 2 10/10/2006 Page 2 of 2 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional ,'lassification and rate) ruling On survey related matters, initial contact, including requests fcr summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, t:,hen the process described in 2.) and 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, D. C 2021C 2.; If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.- If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http:// www. wdol. gov/ wdoUscafiles /davisbacon/TX39.dvb 10/10/2006 General Decision Number: TX030122 02/25/2005 TX122 State: Texas Construction Types: Heavy and Highway Counties: Nueces, San Patrico and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Modification Number Publication Date 0 01/28/2005 1 02'18/2005 2 02/25/2005 SUTX2005 -007 11/09/2004 Rates Fringes Asphalt Distributor Operator.$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker $ 9.36 0.00 Bulldozer operator. ...... $ 10.90 0.00 Carpenter $ 10.71 0.00 Concrete Finisher, Paving. $ 12.18 0.00 Concrete Finisher, Structures. $ 11.16 0.00 Concrete Rubber.... $ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator........... ....$ 12.55 0.00 Flagger $ 7.17 0.00 Form Builder /Setter, Structures$ 11.47 0.00 Form Setter, Paving & Curb $ 9.65 0.00 Foundation Drill Operator, Truck Mounted $ 15.32 0.00 Front End Loader Operator. ...$ 10.05 0.00 Laborer, common $ 8.35 0.00 Laborer, Utility... ...... $ 9.09 0.00 Mechanic $ 13.17 0.00 Motor Grader Operator, Fine Grade.. $ 13.78 0.00 Motor Grader Operator, Rough...$ 15.00 0.00 Pipelayer $ 9.00 0.00 Roller Operator, Pneumatic, Self-Propelled...$ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel /Tamping........ . .$ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement. ..._.... . .$ 9.49 0.00 Scraper Operator... . .$ 9.67 0.00 Servicer .$ 10.75 0.00 Structural Steel Worker...$ 14.00 0.00 Truck driver, lowboy- Float . .$ 14.15 0.00 Truck driver, Single Axle, Heavy.. .$ 11.39 0.00 Truck driver, Single Axle, http: / /www. wdol. gov /wdoliscafiles /davisbacon/TX 122.dvb Page 1 of 3 10/10/2006 Light...._ .$ 9. 00 0.00 Truck Driver, Tandem Axle, Semi- Trailer.... .$ 9.39 0.00 Welder..... .$ 18.00 0.00 Work Zone Barricade Serv.cer .$ 8.97 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses 29CFR 5.5 (a) (1) (ii)). 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 indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 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 determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests fox summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 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 If the answer to the question in 1.) is yes, then an http://www.wdol.gov/wdol/scafiles/davisbacon/TX122.dvb Page 2 of 3 10/10/2006 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3 ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board US. Department of Labor 200 Constitution Avenue, N W. Washington, DC 20210 All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wcbal.gov/wdollscafiles/davisbacon/TX122.dvb Page 3 of 3 10/10/2006 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 19TH day of DECEMBER, 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 n the Contract Documents as "City," and Berry Contracting, LP dba Bay Ltd. termed in the Contract Documents as ontra:ctor upon these terms performable Texas in Nueces County, In considera *ion the payment of $7,393,446.00 by City and other obligations of "'it,, as yet out herein, Contractor will construct and complete certain improvements described as follows: UPRIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PROJECT NO. 6265 (TOTAL BASE BID + ADD.ALT.N0.3: $7,393,446.00) according to the attached Pans and Specifications in a good and workmanlike manner for 'he ;prices and conditions set out in their attached bid oropcsal supplying at their expense such materials, services, labor and insurance as --equired by the attached Contract Do,- uments, including o\erseeing the entire job. The Contract Documents in:lude the Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, ani otter drawLngs, tre 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 UP RIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. BASIC BID PART Aa STRUT IILPROVE1LENTS I Ti SID QTY & ITEM UNIT Al A3 A4 43,438 Geogrid, complete in place, SY per Square Yard 5.2 III DESCRIPTION Clear Right -of -Way, complete AC in place, per Acre 43,438 SY place, per Square Yard Iv UNIT PRICE IN FIGURES $ 16, Via= v BID ITEI( EXTENSION (QTY X UNIT PRICK IN FIGURES) $ /e7 fix , do Street Excavation, complete in 43,438 SY $ 29 ;Y7d'7 12" Compacted Subgrade, complete in place, per Square Yard A5 $ / 7 5 ‘ 11" Crushed Limestone Flexible 43,438 Base (Type A, Grade 1), SY complete in place, per Square Yard A6 A7 5640 GAL 37,602 SY Prime Coat (0.15 Gal /SY), complete in place, per Gallon $ Jr $ /9 7 5t5, 2" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard A8 37,602 SY $ 2 %-- /75, %'l) 2" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard A9 42,019 4" Concrete Sidewalk, complete SF place, per Square Foot 13,991 6° Concrete Driveway, complete SF in place, per Square Foot Al0 All Al2 1096 Concrete Curb Ramp, complete SF in place, per Square Foot $ $ 3.57`f' 6S`Z $ ` 7Gfrit 7d $ /, 6c $ /end $ 74P, can 100 Unanticipated Concrete SF Sidewalk Removal, complete in place, per Square Foot $ &) $ enter n t� PROPOSAL FORM PAGE 3 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 3 OF 28 1II IV v BID QTY ie ITEI( ' UNIT A13 100 SF Al4 LF A15 175 LF A16 2 EA All 410 Alb 5 Ozone Day, � Y. complete per Day DESCRIPTION Unanticipated Concrete Driveway Removal, complete in place, per Square Foot Fence Relocation, complete in place, per Linear Foot 4 to 6 Chain -Link Fence, complete in place, per Linear Foot Survey Monument, complete in place, per Each 43 EA Al9 8 EA UNIT PRICE IN FIGURES $ "06 $ /3' 6g $ Reflective Pavement Marking TY 1 (W)(ARROW), complete in place, per Each $ /2,00 Reflective Pavement Marking TY 1 (W)t "ONLY "), complete in place, per Each A20 A21 3840 LF 292 LF $ /6 S'clef BID ITEI( EXTENSION (QTY X UNIT PRICE IN FIGURES) $ 33er4 eye sere lifin.yes c?7 /1l13., d (J Reflective Pavement Marking TY 1 (Y)(4 ")(BRK), complete in place, per Linear Foot Reflective Pavement Marking TY 1 (W)(4 ")(SLD), complete in place, per Linear Foot A22 15,167 Reflective Pavement Marking LF TY 1 (Y)(4 ")(SLD), complete in place, per Linear Foot A23 s . 75 7y, 5 Reflective Pavement Marking 1206 TY 1 (Y) (4 ") (SLD) (DBL) , LF complete in place, per Linear Foot 724 Reflective Pavement Marking LF TY 1 (W)(8 ")(SLD), complete in place, per Linear Foot A25 186 Reflective Pavement Marking LF TY 1 (W)(24 ")(SLD), complete in place, per Linear Foot //d PROPOSAL FORM PAGE 4 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 4 OF 28 BID ITEM A26 II QTY & UNIT 87 LF A27 A28 243 LF 482 EA III DESCRIPTION Reflective Pavement Marking TY 1 (Y)(24 ")(SLD), complete in place, per Linear Foot A29 75 EA A30 A31 A32 A33 6 EA A34 30 EA 14 EA 2 EA IV UNIT PRICE IN FIGURES V BID ITEIL EXTENSION (QTY X UNIT PRICE IN FIGURES) Reflective Pavement Marking TY 1 (W)(CROSSWALK)(10' Wide), complete in place, per Linear Foot Type II -A -A Raised Pavement Marker (Reflectorized), complete in place, per Each Type II -C -R Raised Pavement Marker (Reflectorized), complete in place, per Each Street Sign Assembly with 9" Blades (Green) and STOP Sign, complete in place, per Each NO PARKING Sign complete in place, per Each SPEED ZONE Sign, complete in place, per Each PEDESTRIAN Warning Sign, complete in place, per Each 2 Relocate Existing School Zone EA Sign Assembly (Flashing), complete in place, per Each A35 47 EA A36 5524 SY A37 1 LS Other Regulatory Sign, complete in place, per Each Temporary Road Widening, complete in place, per Square Yard Traffic Control, complete in place, per Lump Sum des- on tte () 0 6 6A .6e) >Mel,: /It) et 2 9M,/6 /A,V /eo M 641161 1 TOTAL BABI BID PART A (Items Al through A37): $ 2.6I 73, j PROPOSAL FORM PAGE 5 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 5 OF 28 UP RIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PART B: STORK WATER D RAIN1108 IxPROVIKIN'PS BID QTY i ITEM UNIT DESCRIPTION B1 20,763 Site Grading, _ complete in UNIT PRICE IN FIGURES B2 20,763 SY Block Sodding, complete in place, per S ctuare Yard I 133 ! 941 Seeding for Erosion Control, SY complete in place, per Square yard $ Z6P 6(Sf', Dp 36" Dia, RCP (CL III) complete in place per Linear Foot 42" Dia. RCP (CL III), complete in place, per Linear Foot 16 '48" Dia. RCP (CL III), LF complete in place, per Linear Foot 273 6'x 4' Precast Concrete Box, LF complete in place, per Linear Foot 339 7'x 4' Precast Concrete Box, LF complete in place, per Linear Foot PROPOSAL FORM PAGE 6 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 6 OF 28 I II III Iv v SID ITEM = QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURER BID ITE1( EXTENSION (QTY X UNIT PRICE IN FIGURES) 813 1 EA Concrete Wingwali No. 1 (Parallel) (0° Skew) (6' -6" Ht.) with Pedestrian Rail. complete in place, per Each $ 2CC e(5() �� $ .0 Sr,.if/1 J, eves- ( 1 EA Tie into Existing 24" RCP, complete in place, per Each $ �1l no $ 1," or, B15 1 EA Tie into Existing 27" RCP, complete in place, per Each $ iffefel< 06 $ mm.61 816 B17 4--- 2 EA 2 EA Tie into Existing 48" RCP, complete in place, per Each $ /j P1['j. $ifL Tie into Existing 10'x 10 RCB, complete in place, per Each $ 36 ea. tJ $ 7Zc ,, en 818 4" EA 5' Standard Curb Inlet, complete in place, per Each $ 2 7/V C CV) $ /3(o` �'(f(J,�fC') 819 4 EA 5' Special Curb Inlet (Type A, complete in place, per Each $ 364 i , 66 $ /215.eTA-6el B20 1 EA 10' Special Curb Inlet (Type B, complete in place, per Each $ 04 6/ $ 9 .s !r-- m y; B21 s 3 EA 10' Special Curb Inlet (Type C), complete in place, per Each //�� �t $ 74 nn,. (1,3 $ /3 fa C<6 B22 S1 EA 5' Inlet Extension, complete in place, per Each r $ 71 /IL 60 ,/ $ 97 9I! ` GI , €0 B23 3 EA 3.0' SQ. Post Inlet, complete in place, per Each $ 2itf(J( />n $ f /(Jg CAD B24 3 EA 3.5' SQ Post Inlet, complete in place, per Each $ ells 60 $ /7d15e A d 225 1 EA 3.0' SQ. Grate Inlet, complete in place, per Each $ 3/44a) $ f /C1 Q,. (1n B26 12 EA 4' Dia. Conc. Manhole (Type A), complete in place, per Each $ %o (Kee $ 7 ` trn =do' PROPOSAL FORM PAGE 7 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 7 OF 28 2I IV 827 21 EA 5• Dia. Conc. Manhole (Type A, complete in place, per Each B28 1 EA 6' Dia. Conc. Manhole (Type A), complete in place, per Each B29 B30 7.5'x 7.5' Conc. Manhole (Type D), complete in place, per Each 8.5'x 4.0 (Type D) per Each ' Conc. Manhole complete in place, B31 EA 8.5`x 8.5 (Type D), per Each ' Conc. Manhole complete in place, B32 9.5'x 8.5' (Type D), per Each Conc. Manhole complete in place, 3.0 SQ. Conc. Manhole Riser, complete in place, per Each Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard Adjust Existing Storm Water Manhole to Finish Grade, complete in place, per Each B36 Channel Excavation, complete in place, per Cubic Yard B37 184 LF Regrade Existing Drainage Ditch, complete in place, per Linear Foot B38 Clean Silt & Debris from 480 Existing g Conc. Box Culverts, complete in place, per Linear Foot PROPOSAL FORM PAGE 8 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 8 OF 28 IV v BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) B39 340 B41 3991 SF 390 SF 2 EA B42 343 B44 5" Concrete Riprap Slope Protection for Drainage Channel, complete in place, per Square Foot 5" Concrete Apron for Drainage Inlets, complete in place, per Square Foot 17,584 LF 50 LF Concrete Safety End Treatment for (2) 18" RC Pipes, complete in place, per Each 6" Concrete Curb & Gutter, complete in place, per Linear Foot 20, 020 LF B45 28 LF B46 1 LS Unanticipated Curb & Gutter Removal, complete in place, per Linear Foot Silt Fence for Storm Water Pollution Prevention, complete in place, per Linear Foot Hay Bales for Storm Water Pollution Prevention, complete in place, per Linear Foot Allowance for Relocation of Storm Water Utilities, complete in place, per Lump Sum 347 B48 Asphalt Pavement Repair for 1.5 offsite Storm Sewer Trench, SY complete in place, per Square Yard 9032 Trench Safety for Storm Water LF Conduits, complete in place, per Linear Foot B49 102 Trench Safety for Storm Water RA Structure, complete in place, per Each 37 gz,7s 66 /z, nn enn 2 9efo, A1 $3`i /(gegf,iD 7(n76,O� $ 25,000.00 $ 25,000.00 2 ' /ei ISEVISZEI PROPOSAL FORM PAGE 9 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 9 OF 28 � LIvzssa) TOTAL BASE BID PART B (Items B1 through B52): $ 2/ 71 623 2d PROPOSAL FORM PAGE 10 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 10 OF 28 I I1 III Iv V BID ITEM QTY & SIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION Q UNIT IN FIGURES) B50 8378 LF Television Inspection of Enclosed Storm Water Pipes, complete in place, per Linear Foot $ it ge ' $ ,j 1 j zo B51 40 EA Television Inspection of Storm Water Manhole, complete in place, per Each $ 1/4)(3' (31) $ /4; MC5r CSZ� B52 1 LS Traffic Control, complete in place, per Lump Sum $ Nim_ 66 $ -:.7`4 6661-6o TOTAL BASE BID PART B (Items B1 through B52): $ 2/ 71 623 2d PROPOSAL FORM PAGE 10 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 10 OF 28 UP RIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PART C: 'ATM IMPROVE 1�1 PROPOSAL FORM PAGE 11 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 11 OF 28 I II III IV V BID ITEId QTY & =IT DESCRIPTION UNIT PRICE IN D'I(iUREB SID ITEI[ EXTENSION (QTY X UNIT PRICE IN PIOURES) C1 69 LF 6" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ .PO (1 $ 6 / q 1 r tin C2 3331 LF 8" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ 5.-?, hi $ / /z/ lC9, 71 L3 121 LF 12" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ G y, (56 $ aU 99 , 60 C4 54 LF 16" Dia. C905 PVC Waterline (DR 18), complete in place, per Linear Foot $ nc 6 $ V.ol//f reef C5 6575 LF 24" Dia. Ductile Iron (Cement Mortar - Lined) Waterline (Pressure Class 250), complete in place, per Linear Foot iii, co $ 7t/ f/ f rleag C6 4 EA 6" Tie -in /Connection, complete in place, per Each $ / /a /iLf1S $ 4 41 et (ref C7 11 EA 8" Tie -in /Connection, complete in place, per Each $ /7(1€J _ t0(9 $ / % AO, €50 i C8 2 EA 12" Tie -in /Connection, complete in place, per Each $ i ;?(l/i,d€l $ 6 eBeret- 6n C9 1 EA 16" Tie -in /Connection, complete in place, per Each $ 5 1 c ) 1 ief, ere C10 1 EA 20" Tie -in /Connection, complete in place, per Each $ 4 deej- re (feel,e3 Cli 1 EA 24" Tie -in /Connection, complete in place, per Each $ Arerd,(0 $ .d°,,e50 C12 11 EA 8 "x 8" Tee, complete in place, per Each $ Y�6 M $ �17i�e 1�1 PROPOSAL FORM PAGE 11 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 11 OF 28 PROPOSAL FORM PAGE 12 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 12 OF 28 I 11 III Iv v BID QTY 4 ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY Z UNIT PRICE IN FIGURES) C13 3 EA 24 "x 12" Tee, complete in place, per Each $ 2er'a, $ &re) er'n C14 J. EA 24 "x 16" Tee, complete in place, per Each �`� $ Zrl r'r0 $ 211.64 (1 /) C15 2 EA 8 "x 6" Tapping Sleeve, complete in place, per Each ' $ /5-ii", nn $ nd C16 EA 24 "x 8" Tapping Sleeve, complete in place, per Each $ 5}(- 57.k $ f ef(/,(i C17 EA 8 "x 8" Cross, complete in place, per Each $ Y76, -60 $ C18 EA 16 "x 8" Cross, complete in place, per Each $ / /Mrfr ell $ "elm ' l C19 2 EA 24 "x 12" Cross, complete in place, per Each $ Vrei/i EV $ r �rClC1. DP1 C20 2 EA 8 "x 6" Reducer, complete in place, per Each $ / n, et) $ �,4rnLl C21 5 EA 12 "x 8" Reducer, complete in place, per Each $ .kl, (f() $ 170, C22 1 EA 24 "x 20" Reducer, complete in place, per Each $ 5�(5 " C23 6 EA 6 "- 45° Bend, complete in place, per Each $ /9,•er8 �/p $ 1/(/A C24 35 EA 8 "- 45° Bend, complete in place, per Each $ 274 m $ 79 ri1,,m C25 4 EA 12 "- 45° Bend, complete in place, per Each $ Ci i1, GO ` $ /�e-M tiO C26 1 EA 16 "- 22 %° Bend, complete in place, per Each $ / /(f(r( M C27 4 EA 24 "- 45° Bend, complete in place per Each $ ,7e /d (ItO p� $ Pd efO" •eel PROPOSAL FORM PAGE 12 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 12 OF 28 7 I II v�� III Iv v BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM SXTENSION (QTY X UNIT PRICE IN FIGURES) C28 EA 2' Plug, complete in place, per Each $ 2 s , Ck} $ 0Z6 -COO C29 2 EA 6" Plug, complete in place, per Each $ > ?eTr 1 $ /(1 /(1`7e5. ei C30 13 EA 8" Plug, complete in place. per Each /Zoo, $ / ' , n $ /J/ !! Mt 66 C31 EA 16" Plug, complete in place, per Each $ /6 /5e,4$ /6 O� e C32 EA 20" Plug, complete in place, per Each $ /PM., (CS $ Jd5t1.. d 1 C33 4 EA 1" Air Release Valve w/ Box & Cover, complete in place, per Each // $ SL (J=. elt $ M OC1tt, e0 / C34 27 EA 8" Gate Valve w/ Box & Cover, complete in place, per Each $ /$61rf, e4 $ S Ali', (Id C35 6 EA 12" Gate Valve w/ Box & Cover, complete in place, per Each $ „tiled, et, $ /2r C ee) C36 EA 16" Gate Valve (Horizontal Installation) w/ Box & Cover, complete in place, per Each $ S 366.(y' $ /�, ems, eti C37 8 EA 24" Gate Valve (Horizontal Installation) w/ Box & Cover, complete in place, per Each > $ /1/(n /, en/49$ yoj (j(J jf r C38 4 EA Fire Hydrant Assembly (Type 1) complete in place, per Each ,� $ 3s lfQr C'rJ $ /V eie ,,eei C39 13 EA Fire Hydrant Assembly (Type 2) complete in place, per Each $ 3 ceA_ 0e $ f % Ce5-J << C40 1 LS Remove Existing Waterlines and Fire Hydrants as Required, complete in place, per Lump Sum // $ /(�` (l( .. C�G'� / $ /�� MD( d L) PROPOSAL FORM PAGE 13 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 13 OF 28 I II III IV V SID QTY & ITEM UNIT i DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) C4 8582 LF [Grout & Abandon] OR [Remove & Dispose of] Existing 20" CI Waterline, complete in place, per Linear Foot ! $ f / Oe 3C' $ /V/ o er , 66 / C42 13 EA Replace Existing Water Service with New Service Connection, complete in place, per Each $ / gtYlt CO $ Z g 7t1: ()i C43 4100 CY Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard Vie .- $ �� G' $ �' © �J . lio C44 1 LS Adjust Existing Gas Valves, Water Valves & Water Meters to Finish Grade, complete in place, per Lump Sum $ /3g'1. el, $ 73 CI C45 1 EA Adjust Existing Water Valve Vault (Sta. 87+41) to Finish Grade, complete in place, per Each $ 406e.-6 P $ 6 etti , o C46 1 LS Allowance for Relocation of Water Utilities, complete in place, per Lump Sum $ 25,000.00 $ 25,000.00 C47 1.5 SY Asphalt Pavement Repair for Offsite Waterline Trench, complete in place, per Square Yard $ ..5 ca 66 $ / <71-QQ C48 10,150 LF Trench Safety for Waterlines, complete in place, per Linear Foot $ 1; `id $ /9 2/Pe 19P C49 1 LS Traffic Control, complete in place, per Lump Sum q $ f fil/X',Ck $ ‘dr fel( , CAO TOTAL BASE BID PART C (Items Cl through C49): PROPOSAL FORM PAGE 14 OF 28 s /4019s1..1 7� ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 14 OF 28 JP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PART D: WASTIWATER (SAKITARY SEWER) IMPROVEE$NTS I 11 111 BID QTY a ITEM f UNIT DESCRIPTION IV v UNIT PRICE IN FIGURES D1 D2 95 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (0' -6' Depth), complete in place, per Linear Foot BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 8" Dia. PVC (SDR 26) 573 Wastewater Gravity Line LF (6' -8' Depth), complete in place, per Linear Foot $ 66 s /7, 76 D3 652 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -lo' Depth), complete in place, per Linear Foot s $ ,7.; /o dam, �c► D4 108 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10' -12' Depth), complete in place, per Linear Foot $ cF60 -6a D5 250 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (6' -8' Depth), complete in place, per Linear Foot $ D6 1553 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth), complete in place, per Linear Foot D7 60 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (6' -8' Depth), complete in place, per Linear Foot $ f /7446 $ Attic, $ 541e1,ell D8 160 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (8' -10' Depth), complete in place, per Linear Foot s oe) $ �s�0,OO D9 8" Dia. PVC Wastewater 40 Pressure Pipe (150 psi) for LF Waterline Crossing (10' -12' Depth), complete in place, per Linear Foot $ 71. E $ g/46, 66 PROPOSAL FORM PAGE 15 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 15 OF 28 PROPOSAL FORM PAGE 16 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 16 OF 28 I 11 III Iv V BID ITEM QTY f` UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) D1C, 20 LF 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (6' -8' Depth), complete in place, per Linear Foot $ 1.66 $ /g/(1- a6 Dil 60 LF 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (8' -10' Depth), complete in place, per Linear Foot � $ /1. .lam $ J��CrcO 0 D12 6 EA 8" Plug, complete in place, per Each $ ,(lll Cs Cs $ /Z ; �-6 D13 8 EA 4' Dia. Fiberglass Wastewater Manhole (0' -6' Depth), complete in place, per Each $ e /46.()'6 $ 3 de D14 24 VF Extra Depth for 4'Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot $ 3/A m $ 76Pa D15 5 EA 5' Dia. Fiberglass Wastewater Manhole (0' -6' Depth), complete in place, per Each $ ...132v,60 $ 27ele r oe) D16 22 VF Extra Depth for 5'Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot $ (/q1 ed $ 973'!/, ai D17 5 EA Fiberglass Rehabilitation for Existing Wastewater Manhole, complete in place, per Each $ 6 /41, $ $e x-�! D18 8 EA Tie into Existing Wastewater Manhole, complete in place, per Each $ 3-OeirM $ l /yC rifecs "i 019 50 LF Grout & Abandon -in -Place Existing 8" Wastewater Line, complete in place, per Linear Foot $ ef4■10 $ 2..set eie) D20 1367 LF Remove Existing 8" Wastewater Line (5' to 11' Depth), complete in place, per Linear Foot $ 1.x'0 $ �� Ti// (re) / r PROPOSAL FORM PAGE 16 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 16 OF 28 PROPOSAL FORM PAGE 17 OF 28 V BID ITEI( EXTENSION (QTY X UNIT PRICE IN FIGURES) $ 35 7D 7, S"Z� scf77 /.eel $ 25,000.00 5 ;"i1 t - rP7,g1 77' /15r�n ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 17 OF 28 1 I III IV BID ITEEQ QTY & SIT DESCRIPTION UNIT PRICE IN FIGURES D21 1 EA Backfill & Abandon -in -Place Existing Wastewater Manhole, complete in place, per Each $ A, KO, D22 13 EA Replace Existing Wastewater Service with New Service Connection, complete in place, per Each $ ,22efese ev D23 695 CY Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard $ �f4Y 5o D24 670 CY Flowable Grout Backfill for Wastewater Manholes, complete in place, per Cubic Yard $ 'O, 46 D25 9 EA Adjust Existing Wastewater Manhole to Finish Grade, complete in place, per Each $ Z C6jj, <- D26 1 LS Allowance for Relocation of Wastewater Utilities, complete in lace, P per Lump Sum $ 25,000.00 D27 3 SY Asphalt Pavement Repair for Offsite Wastewater Trench, complete in place, per Square Yard /- $ 44.66 66 D28 3571 LF Trench Safety for Wastewater Lines, complete in place, per Linear Foot / $ /i D29 18 RA Trench Safety for Wastewater Manhole, complete in place, per Each $ 31111, c)6 D30 3571 LF Television Inspection of Wastewater Conduits, complete in place, P per Linear Foot $ /t I� _ , D31 18 18 Television Inspection of Manhole, complete in place, per Each $ c( 6c Dc') PROPOSAL FORM PAGE 17 OF 28 V BID ITEI( EXTENSION (QTY X UNIT PRICE IN FIGURES) $ 35 7D 7, S"Z� scf77 /.eel $ 25,000.00 5 ;"i1 t - rP7,g1 77' /15r�n ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 17 OF 28 I II III IV V HID ITEM QTY Se UNIT j DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) D32 LS (Traffic 1 Control, place, per Lump complete Sum In $ d� $ z6 6'6 & TOTAL BAS BID PART D (Items D1 through D32): $ 5 A7 1/3"11-, yQ PROPOSAL FORM PAGE 18 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 18 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PART E: STRUT LIGHTING IMP TOTAL SASE BID PART E (Items El through 17): PROPOSAL FORM PAGE 19 OF 28 $ M.4; /F/, ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 19 OF 28 I II III IV V BID QTY a ITEM[ UNIT DESCRIPTION UNIT PRICE IN FIGURES EM BID IT EXTENSION (QTY Z UNIT PRICE IN FIGURES) E1 2035 LF 2" Dia. PVC (Sch. 40) Elec Conduit for Street Lights, complete in place, per Linear Foot $ fol. %?) $ 311 C/, 5 E2 1940 LF 2" Dia. PVC (Sch. 80) Elec. Conduit for Future Management Information System (M.I.S.), complete in place, per Linear Foot $ i< <f $ 32 76P6 <4d , E3 66 LF 4" Dia. PVC (Sch. 80) Elec. Conduit for Future Signalization, complete in place, per Linear Foot $ VV. no $ if 14 on E4 17 EA 11 "x 18 "x 18" Handhole (Pull Box) for Lighting Conduit, complete in place, per Each $ I/ V, 66 $ /, 7fief, de E5 1 EA 17 "x 30 "x 18" Handhole (Pull Box) for M.I.S. Conduit, complete in place, per Each $ ihf,(5,60 $ J7oj er E6 4 EA 24 "x 36 "x 24" Handhole (Pull Box) for M.I.S. Conduit, complete in place, per Each $ Z/•°(04 $ rPLiOQ.. d Q E7 1 LS Traffic Control, complete in place, per Lump Sum $ �J6G1s 4O $ Sao = do _Z TOTAL SASE BID PART E (Items El through 17): PROPOSAL FORM PAGE 19 OF 28 $ M.4; /F/, ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 19 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. ADDITIVE ALTERNATES ADDITIVE ALRNATE NO. 1 PART F: STREIT IMPROVEMENTS (AD 1 II III Iv v 8XD ITEM QTY & SIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION ( INXFIOUREB) R Fl 36,161 SF ADD TO BID ITEM A9: S ‘3o � $ / j 7 G (I �, c/• 30 4" Concrete Sidewalk, complete in place. per Square Foot F2 368 SF ADD TO BID ITEM A11: $ J' ()( $ 6 G 7- d 0 Concrete Curb Ramp, complete in place, per Square Foot F3 78 LF ADD TO BID ITEMM A27: $ f, et $ AO .Z. PO Reflective Pavement Marking TY 1 (W)(CROSSWALK)(10' Wide), complete in place, per Linear Foot F4 4 EA ADD BID ITEK A38: 119-s,60 $ /9-i--#- G� PEDESTRIAN CROSSING Sign, complete in place, per Each F5 2 EA ADD BID ITEM A39: / S /� 7eian � $ f 7/ 1/0. 06 Solar- Powered Dual Signal Head Crosswalk Assembly, complete in place, per Each F6 (4 017) Sy DEDUCT FR= BID ITEI[ 81: $ % J e7 ,� y ($ g'' , 0 ) Site Grading, complete in place, per Square Yard F7 (4017) DEDUCT FRI BID ITE1t 82: !� !` p' �! ($ l�l �T� r 50 ) Block Sodding, g, complete in place, per Square Yard TOTAL ADDITIVE ALTERNATE NO.1 PART F (Items Fl through F7): PROPOSAL FORM PAGE 20 OF 28 $ i!� S (17/7 57e) ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 20 OF 28 ADDITIVE ALTERNATE NO. 2 PART G: STREET IMPROVENE BAS TOTAL ADDITIVE ALTERNATE NO.2 PART G (Items G1 through G2): PROPOSAL FORM PAGE 21 OF 28 $ /M, fl9, o0 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 21 OF 28 ___— _____— -- �.�.�� raavalWOama ii\ E %A.OUAii5) I II III ry v BID ITEM QTY & SIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) G1 43,438 SY ADD BID ITEM A5 -a: �77 S /7.5-- /� 5(� , S 7 of /L ��� 11" Blended Base Course Consisting of Salvaged & Pulverized Existing Asphalt Pavement and New Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard G2 (43,438) SY DEDUCT BID ITEM AS: Ifi $ Pie ($ ' Zerifi' 66 ) 11" Crushed Limestone Flexible Base (Type A, Grade 1), per in place, per Square Yard TOTAL ADDITIVE ALTERNATE NO.2 PART G (Items G1 through G2): PROPOSAL FORM PAGE 21 OF 28 $ /M, fl9, o0 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 21 OF 28 ADDITIVE ]ALTERNATE NO. 3 PART H: STET IMPROVITS (CARBON PL I II in ry v BID i ITEI[ QTY i UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY Z UNIT PRICE IN FIGURES) Hi 734 SY ADD TO BID ITEM A2: $ Gc'e i /�, $ /7 7 6 /1..20 Street Excavation, complete in place, per Square Yard H2 1139 SY ADD TO BID ITEM A3: $ / �i 1) $ )/d 1 IC 12" Compacted Subgrade, complete in place, per Square Yard H3 a 1139 gy ADD TO BID ITEM A4: $ 7,96 Q $ 3 ics 3 ' /O Geogrid, complete in place, per Square Yard H4 1139 SY ADD TO BID ITEM A5: f .1 / `ice 7L� � [� $ �� � J I �L 11" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard H5 171 GAL ADD TO BID ITE1[ A6: $ 0 $ f9 c! do Prime Coat (0.15 Gal /SY), complete in place, per Gallon H6 1006 SY ADD TO BID ITEM A7: $� 7. $ ��� �� 2" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard H7 1006 SY ADD TO BID ITEM A8: $ f; 2" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard H8 382 LF ADD TO BID IT A21: $ a, Y �j ,2n $ .2 Reflective Pavement Marking TY 1 (W)(4 ")(SLD), complete in p place, per Linear Foot H9 191 LF ADD TO BID ITEM A23: l l c n� > T $ / ! ,. n Reflective Pavement Marking TY 1 (Y) (4 ") (SLD) (DBL) , complete in place, per Linear Foot TOTAL ADDITIVE ALTERNATE NO.3 PART H (Items H1 through H9): PROPOSAL FORM PAGE 22 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 22 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. BID SUMMARY TOTAL - RISE HID: BASE BID DESCRIPTION TOTALS Total Bid Part A Total Bid Part B Total Bid Part C Total Bid Part D Total Bid Part E Items Al through A37 Items B1 through B52 Items Cl through C49 Items Di through D32 Items Bi through E7 1 $ 2, on?. Q U7 -{ $ .2, 37-W, o Z .f6 $ 4 la /o, Jae, 70 $ ,9 ' C5i, 94 $ /Af/ /P/ , CO TOTAL BASE BID (Parts A, B, C, D and E): TOTAL - DDITIVE ALTERBEATE NO. 1: ADDITIVE ALTERNATE NO. 1 DESCRIPTION TOTALS Total Bid Part F Items F1 through F7 . $ 7 P271 3e) � TOTAL ADDITIVE ALTERNATE NO. 1 $ 47 /22 36 TOTAL - iDDITIVE AL ADDITIVE AL NO. DESCRIPTION Total Bid P Items G1 through G2 TOTALS $ /5n/ 3 /1f - ild AL ADDITIVE ALTERNATE NO 2 (Part G): $ /3613/e/-01) TOTAL - HDDI IVE ALTERB)ATE NO. 3: ADDITIVE ALTS NO. 3 ) DESCRIPTION TOTALS Total Bid Part H Items H1 through H9 $ V// 1 7/6 / IC TOTAL ADDITIVE ALTERNATE NO. 3 (Part H): £ / ? V . /' PROPOSAL FORM PAGE 23 DF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 23 OF 28 The Contractor commence work within ten (10) calendar day= fr Dr date the\ . rece same ve written work order and will complete within 790 CALENDAR DAYS after construction is begun. Should Contractor defa_lt Contractor may be liable for liquidated damages as set forth it the Contract Documents. Ci °'. will pay Contractor in current funds for performance of the contract in accordanf7e w th the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTE S City Secretary Ronald F Massey, Asst. City of Public Works and Utilities CITY OF CORPUS CHRISTI APPROVEED AS TO LEGAL FOAM: By Asst City Attorney (ft Corporation ) eaBei) rfiNarson signily for tic is not President, attaolli copP of anthorizetion to side) By: Angel /lk 'Escobar, P.E. Dire 1tor of Engineering Services i //6/a 7 CONTRACTOR Befrr Contracting LP dba Bay, Ltd. Title y, M P.O. BOX 9908 (Address) Corpus Christi, TX 78469 (City) (State)(ZIP) 361/299 -3721 * 361/289 -2304 (Phone) (Fax) OATDU1-1w _AUIHUKILc• sex 246012, Agreement Page :? of 2 P R O P O S A L F O R M F O R UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PROJECT NO. 6265 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS PROPOSAL FORM PAGE 1 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 1 OF 28 P R O P O S A L Place: C.or7us Q* r %Sar', rvk. Date: 11-2A- OL Proposal of Q4ff . CoAkro *".5 3 L. 1DINA. do.+ 1..4fct• a Corporation organized and existing under the laws of the State of OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: PROPOSAL FORM PAGE 2 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 2 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PART A: STRUT IiLPROV MITE I II III BASE BID BID QTY & IT= UNIT DESCRIPTION Iv UNIT PRICE IN FIGURES v BID ITEI[ EZTENSION (QTY Z UNIT PRICE IN FIGURES) Al 5.2 AC 43,438 SY 43,438 SY A4 A5 A6 5640 GAL 37,602 SY 37,602 SY A9 42,019 SF 43,438 SY Clear Right -of -Way, complete in place, per Acre Street Excavation, complete in place, per ggualeYard 12" Compacted Subgrade, 'complete in place, Per Square Yard 43,438 SY $ Geogrid, complete in place, per Square Yard 11" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard SF 100 SF Prime Coat (0.15 Gal /SY), complete in place, per Gallon s r $ /751-7/,,.t7tt s / $ 477 45 /. ire $ /, $ /> 795.- 2" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard 2" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard $ �e $.7%x/7, , s3`f GET, 4" Concrete Sidewalk, complete in place, per Square Foot 6" Concrete Driveway, complete in place, per Square Foot Concrete Curb Ramp, complete in place, per Square Foot Unanticipated Concrete Sidewalk Removal, complete in place, per Square Foot $ PROPOSAL FORM PAGE 3 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 3 OF 28 II IV V BID QTY & ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES A13 .00 SF A14 410 Fence Relocation, complete in Unanticipated Concrete Driveway Removal, complete in place, per Square Foot $ 011 BID ITEI( EXTENSION (QTY X UNIT PRICE IN FIGURES) LF place, per Linear Foot 175 LF 2 Survey Monument, complete in EA place, per Each $ /•!•® $ 4- to 6' Chain -Link Fence, complete in place, per Linear Foot $ 21 ai s 3cier= eel 5 DAY $ 6.26- s /2 r it,- ed Ozone Day, complete per Day $ dirtied $ C5 43 Reflective Pavement Marking EA TY 1 (W)(ARROW), complete in place, per Each 8 EA $ c7). 6e5 Reflective Pavement Marking TY 1 (W)( "ONLY "), complete in place, per Each 3840 LF 292 LF $ /6 cell $ /fit, 1. Reflective Pavement Marking TY 1 (Y)(4 ")(BRX), complete in place, per Linear Foot $ $ /9,0 , ere- Reflective Pavement Marking TY 1 (W)(4 ")(SLD), complete in place, per Linear Foot 15,167 LF $ A k4 $ 17c 7-4 ' Reflective Pavement Marking TY 1 (Y)(4 ")(SLD), complete in place, per Linear Foot 1206 LF $ $ Tcsi, 51; Reflective Pavement Marking TY 1 (Y) (4 ") (SLD) (DBL) , complete in place, per Linear Foot 724 LF $ $ /-2n l% d Reflective Pavement Marking TY 1 (W)(8 ")(SLD), complete in place, per Linear Foot 186 LF $ ` / /,ACS Reflective Pavement Marking TY 1 (W) (24 ") (SLD) , complete in place. per Linear Foot $ 15.1') $ /9ll, '/� PROPOSAL FORM PAGE 4 OF 2 8 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 4 OF 28 SID ITEM A2E A27 II QTY & UNIT A28 482 Type II -A -A Raised Pavement EA Marker (Reflectorized), complete in place, per Each 87 LF 111 DESCRIPTION Reflective Pavement Marking TY 1 (Y)(24" (SLD), complete in place, per Linear Foot Iv UNIT PRICE IN FIGURES v HID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) oel Reflective Pavement Marking 243 TY 1 (W)(CROSSWALK)(10' Wide), LF complete in place, per Linear Foot ee 75 30 NO PARKING Sign, complete in EA place, per Each 21/( Type II -C -R Raised Pavement Marker (Reflectorized), complete in place, per Each Street Sign Assembly with 9" Blades (Green) and STOP Sign, complete in place, per Each A32 i 14 SPEED ZONE Sign, complete in place, per Each /! C o 51 t 7�6 11g PEDESTRIAN Warning Sign, complete in place, per Each 66.1< Qel $ /.?e6.fJC Relocate Existing School Zone Sign Assembly (Flashing), complete in place, per Each Cki $ ot4'/ L 6C 47 Other Regulatory Sign, EA complete in place, per Each 1 LS C56, e)13 s �� `l Mi4[1 Temporary Road Widening, complete in place, per Square Yard Traffic Control, complete in place, per Lump Sum s /$611 Ipso r 46 s off, IAda eki TOTAL BASE BID PART A (Items Al through A37) ; $ �. 6/7; ��7/ PROPOSAL FORM PAGE 5 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 5 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PART 1: STORK WATER DRAINAGE IMPROVEMENTS I BID ITEM II QTY & UNIT III DESCRIPTION B1 20,763 Site Grading, complete in SY place per Square Yard B2 20,763 Block Sodding, complete in SY place, per Square Yard B3 IV V UNIT PRICE IN FIGURES )` =0f u $ Lf BID ITEM EZTENSION (QTY X UNIT PRICE IN FIGURES) $ 9_ } 975, 941 Seeding for Erosion Control, SY complete in place, per Square Yard B4 2579 18" Dia. RCP (CL III), LF complete in place: per Linear Foot $ ,Z s $ /f.12 , en $m5 ;%7d'ZZ 1478 24" Dia. RCP (CL III), LF complete in place, per Linear Foot 8 LF $ 7Z$ $ 1j1/ may.-, 6.6 27" Dia. RCP (CL III), complete in place, per Linear Foot $ /a,r(10 $ 2948 30" Dia. RCP (CL III), LF complete in place, per Linear Foot s 96, a' B8 1286 36" Dia. RCP (CL III), LF complete in place, per Linear Foot B9 147 42" Dia. RCP (CL III), LF complete in place, per Linear Foot $ / 1/y172,nd B10 16 48" Dia. RCP CL III), LF complete in place,. per Linear Foot $ //4 �!s $ 7 7J1 dci B11 $ o© $ !cif, eo 273 6 x 4' Precast Concrete Box, LF complete in place, per Linear Foot B12 $ cP , ?eeCf, oo 339 7'x 4' Precast Concrete Box, F complete in place, LF Linear Foot $ /19 /' %d�: is PROPOSAL FORM PAGE 6 OP 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 6 OF 28 BID ITEM I QTY a UNIT Ira DESCRIPTION Iv UNIT PRICE IN FIGURES v BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) B13 EA B14 EA Concrete Wingwall No. 1 (Parallel) (0a Skew) (6' -6" Ht.) with Pedestrian Rail, complete in place, per Each Tie into Existing 24" RCP, complete in place, per Each Tie into Existing 27" RCP, complete in place, per Each $ 25r otict• (1 $ l'i[ff,CJ6 /Mr ntf $ /lferiLef1 Tie into Existing 48" RCP, complete in place, per Each s /,f 4CLcs , Tie into Existing 10'x 10' RCB, complete in place, per Each B18 4? EA 36 1F $ / 4cidi[JCs 5° Standard Curb Inlet, complete in place, per Each $ /36.3c1cf 4 5' Special Curb Inlet EA (Type A), complete in place, per Each 1 EA B22 51 EA ,in place, per Each i - B23 $ 311M, &1 $ /,e w-cc's 10' Special Curb Inlet (Type B), complete in place, per Each 95-M M $ j n ° eel 10' Special Curb Inlet (Type C), complete in place, per Each $ /5 fro-. e'O 5` Inlet Extension, complete 3 i3.0' SQ. Post Inlet, complete EA in place per Each -- 7 /t' $ 9? 9i'd ei 3 3.5' SQ. EA in place, per Each 2910, tW $ P ed Post Inlet, complete lid �11� $ f %ls,. 3.0` SQ. Grate Inlet, complete in place, per Each B26 12 4' Dia. Conc. Manhole EA (Type A), complete in place, per Each 3MA $ f /llfs..CiD $ %r L L L ge $ '26rll =tr4' i,1 PROPOSAL FORM PAGE 7 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 7 OF 28 .:.144.1.,, PROPOSAL POEM PAGE 8 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 8 OF 28 II ISI Iv v BID ITEM QTY & UNIT DB3CRIPTION UNIT PRICE IN hIGUREB BID ITEM EXTENSION (QTY E UNIT PRICE IN FIGURES) 327 21 EA 5` Dia. Conc, Manhole (Type A), complete in place, per Each / $ Jl, odC co $ / /// 6-nef, e 0 B28 EA 6' Dia. Conc. Manhole (Type A), complete in place, per Each $ !Mil ei/3 $ cc- €5.er 329 1 EA 7.5'x 7.5' Conc. Manhole (Type D), complete in place, per Each $ P e5d4, p $ el3 i-0, es6 B30 EA 8.5'x 4.0' Conc. Manhole (Type D), complete in place, per Each L $ v 4 (10 $ 1i'/��6 . v D O 7 B31 EA 8.5'x 8.5' Conc. Manhole (Type D), complete in place, per Each c $ / %Q e)e) $ 771i(5.6CY B32 1 EA 9.5'x 8.5' Conc. Manhole (Type D), complete in place, per Each $ $ /' Mei, 66 B33 2 EA 3.0' SQ. Conc, Manhole Riser, complete in place, per Each �y $ i,F1f /1Q, ev $ .' B34 ! 2950 CY Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard p / $ ' 3 n _ $ / Yi n 7S o6 835 I 6 EA Adjust Existing Storm Water Manhole to Finish Grade, complete in place, per Each �I $ > deL ((e $ /9' f. 1 'r Lie) B36 5 CY Channel Excavation, complete in place, per Cubic Yard $ 7t1 ( $ r., ei® 837 1 184 LF Regrade Existing Drainage Ditch, complete in place, per Linear Foot $ 30. C 0 $ �S 7 U U. ed B38 480 LF Clean Silt & Debris from Existing Conc. Box Culverts, complete in place, per Linear Foot l $ /5e (}n $ /Z i MV .:.144.1.,, PROPOSAL POEM PAGE 8 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 8 OF 28 I II III IV v BID QTY ITEM UNIT B39 DESCRIPTION UNIT PRICE IN FIGURES BID ITEIM EXTENSION (QTY X UNIT PRICE IN FIGURES) 5" Concrete Riprap Slope 3991 Protection for Drainage SF Channel, complete in place, per Square Foot $ fie $/, B40 390 5" Concrete Apron for Drainage SF Inlets, complete in place, per Square Foot B41 $ 5?-.3"5,. nr� 2 EA Concrete Safety End Treatment for (2) 18" RC Pipes, complete in place, per Each $ /7M, c $ 29 _t B42 1'7,584 LF 6" Concrete Curb & Gutter, complete in place, per Linear Foot $ B43 50 LF Unanticipated Curb & Gutter Removal, complete in place, per Linear Foot $ / ?.60 $ 5c/c/ q/' qf, B44 20,020 LF Silt Fence for Storm Water Pollution Prevention, complete in place, per Linear Foot B45 B46 28 LF $ ef 76,o5 Hay Bales for Storm Water Pollution Prevention, complete in place, per Linear Foot $ cif �tftf 1 LS Allowance for Relocation of Storm Water Utilities, complete in place, per Lump Sum $ 25,000.00 B47 1.5 SY $ 25,000.00 Asphalt Pavement Repair for Offsite Storm Sewer Trench, complete in place, per Square Yard $ 1ff.nd• B48 9032 LF $ Trench Safety for Storm Water Conduits, complete in place, per Linear Foot B4 9 102 EA Trench Safety for Storm Water Structure, complete in place, per Each $ 6z, `fitt e0 ''r PROPOSAL FORM PAGE 9 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 9 OF 28 II III Iv v BID QTY Q & ITEM ; UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION _ (QTINXFI SRICB ) B50 8378 LF Television Inspection of Enclosed Storm Water Pipes, complete in place; per Linear Foot $ /911 $ /f -% � . 2 B51 40 EA Television Inspection of Storm Water Manhole, complete in place, per Each 1/454:60 $ /o 6(1,5 C B52 I 1 LS Traffic Control, complete in place, per Lump Sum $ P ercreGce $ "g1-666- 6o TOTAL BASE BID PART B (Items B1 through B52): $ 2371 ,Z3,ZO PROPOSAL FORM PAGE 10 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 10 OF 28 UP RIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PART C: WATER IiIPROVIMINTS I II III Iv v SID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITE![ EITENSION (QTY X UNIT PRICE IN FIGURES) C1 69 LF 6" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ fir-Al $ 6 / L/ / , M C2 3331 LF 8" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ 37?, 2r r�r $ HZ/ 2 C , 71 C3 121 LF 12" Dia. C900 PVC Waterline (DR 18), complete in place, per Linear Foot $ 9.66 $ ,” 99 , 60 C4 54 LF 16" Dia. C905 PVC Waterline (DR 18), complete in place, per Linear Foot $ ��s �p / fon f Leer C5 6575 LF 24" Dia. Ductile Iron (Cement Mortar - Lined) Waterline (Pressure Class 250), complete in place, per Linear Foot $ //4 0d f $ ���ZI f i o g C6 4 EA 6" Tie -in /Connection, complete in place, per Each $ /74Afiflf $ o lent 66 C" 11 EA 8" Tie -in /Connection, complete in place, per Each $ /f ltL.Al $ /9li(1, Ltjj C8 2 EA 12" Tie -in /Connection, complete in place, per Each $ i f-ll/1I6el $ o Ter . cle C9 1 EA 16" Tie -in /Connection, complete in place, per Each $ S ( del, to $ , 1 iii, if el C10 1 EA 20" Tie -in /Connection, complete in place, per Each $_12‘176L0 $ f; .tett ee) c1. 1 EA 24" Tie -in /Connection, complete in place, per Each $ AW,A) $ .e5l3rL5O C12 11 EA 8 "x 8" Tee, complete in place, per Each $ �� 6, (So f� $ �fl f, de lsvzsmi PROPOSAL FORM PAGE 11 OF 2B ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 11 OF 28 t I 11 111 Iv v BID ITEM QTY UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) } C13 3 EA 24 "x 12" Tee, complete in place, per Each $ 2lr /n, refneo C14 2 EA 24 "x 16" Tee, complete in place, per Each $ ZeleV -C1 $ .2 e /Nt Oe' C15 2 EA 8 "x 6" Tapping Sleeve, complete in place, per Each $ /�;;,, do $ , eietl -" C16 j 1 EA 24 "x 8" Tapping Sleeve, complete in place: per Each $ _i2..././id $ 3.eln,e0 C17 `; 1 EA 8 "x 8" Cross, complete in place, per Each $ Vshf - �y �/ leV $ /1f efO C18 ; } 1 EA 16 "x 8" Cross complete in place, per Each $ ,0 /tiff 6 , $ ,:e /4/i e eto C19 2 EA 24 "x 12" Cross, complete in place, per Each v $ ii6�.i 4 $ 56CIL .eo C20 2 EA 8 "x 6" Reducer, complete in place, per Each $ i �d, (lj $ 3 ?�r(10 C21 5 EA 12 "x 8" Reducer, complete in place, per Each $ 3��, (1() z, y� $ „` ,. e,e5 C22 1 EA 24 "x 20" Reducer, complete in place, per Each $ 21nn -el) $ 3!'•, g ;. ( i C23 6 EA 6 "- 45` Bend, complete in place, per Each /Veer/ S / eer/ `� $ /i /A C24 35 EA 8 "- 45` Bend, complete in place, per Each $ 274 (Jo $ 79 .f '11,m C25 4 EA 12 "- 45° Bend, complete in place, per Each $ ‘i tit zk' $ /ge/e),eio C26 1 EA 16 "- 22%° Bend, complete in place, per Each $ h t nd A $ MilOe In C27 4 EA 24 "- 45° Bend, complete in place per Each $ j INIte) $ , PROPOSAL FORM PAGE 12 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 12 OF 28 PROPOSAL FORM PAGE 13 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 13 OF 28 II III IV v BID ITmi QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITER EXTENSION (QTY X UNIT PRICE IN FIGURES) C28 1 EA 2. Plug, complete in place, per Each / , $ ' (S CV / $ ■j -COO C29 C30 2 EA 6' Plug, complete in place, per Each $ C -lfcC 1 $ /ei ` iif. Chi 13 EA 8" Plug; complete in place, per Each $ /Sol'' etel $ i ,�- oe56, 66 C31 1 EA 16" Plug, complete in place, per Each $ /4 till , M $ /4 oa C32 1 EA 20" Plug, complete in place, per Each $ fe) (5. tro C33 4 EA 1" Air Release Valve w/ Box & Cover, complete in place, per Each $ ,2,75ififc-C)e $ /4 aiife, C34 I 27 EA 8" Gate Valve w/ Box & Cover, complete in place, per Each $ /3(JILCM $ �,5 MC, Od C35 6 EA 12" Gate Valve w/ Box & Cover, complete in place, per Each $ fuels eo $ /2C 411,<Y) C36 2 EA 16" Gate Valve (Horizontal Installation) w/ Box & Cover, complete in place, per Each $ 536O.m $ /,� / m, er) C� C37 8 EA 24" Gate Valve (Horizontal Installation) w/ Box & Cover, complete in place, per Each > $ k,en1 t) $ 76 i (148, C38 4 EA Fire Hydrant Assembly (Type 1), complete in place, per Each s $ 3s If4= ev $ /41, OM, eV, C39 13 EA Fire Hydrant Assembly (Type 2), complete in place, per Each $ jf r Cie $ � ells. C40 LS Remove Existing Waterlines and Fire Hydrants as Required, complete in place. per Lump Sum �,{ S /U' j li* • CIO $ /‘� 41JQe 0 CI PROPOSAL FORM PAGE 13 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 13 OF 28 I II .II IV V BID QTY & ITEM UNIT DESCRIPTION 1 UNIT PRICE IN FIGURES , BID ITEM EXTENSION X UNIT PRICE IN FIGURES) 8582 LF [Grout & Abandon] OR [Remove & Dispose of] Existing 20" CI Waterline, complete in place, per Linear Foot // $ f oe.> 1 $ i Vi GP 05 , cfc) ` C42 13 EA Replace Existing Water Service with New Service Connection, complete in place, per Each $ /96(.)e a, $ Z 7 �l 766 A) C43 4100 CY Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard $ �4 �Q G $ /ye ®_(f , kJ C44 1 LS Adjust Existing Gas Valves, Water Valves & Water Meters to Finish Grade, complete in place, per Lump Sum $ /3/W. (14 $ 73(0.. 6P C45 EA Adjust Existing Water Valve Vault (Sta. 87 +41) to Finish Grade, complete in place, per Each l $ 6eve._ 6 P $ 6 e4O C46 LS Allowance for Relocation of Water Utilities, complete in place, per Lump Sum $ 25,000.00 $ 25,000.00 C47 1.5 SY Asphalt Pavement Repair for Offsite Waterline Trench, complete in place, per Square Yard $ jcii 66 $ ,i - e C48 10,150 LF Trench Safety for Waterlines, complete in place, per Linear Foot /r €/6 $ /9 2 /i' , e i' C49 1 LS Traffic Control, complete in place, per Lump Sum $ f. film � $ t9 6 TOTAL BASE BID PART C (Items Cl through C49) : $ /6,1 C-62 2 r 1e5 PROPOSAL FORM PAGE 14 OF 2 8 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 14 OF 28 JY Ra.V&R ROAD RAND MORGAN RD. TO MCKINZIE RD. PART DI WASTEWATER (SSNITAR I II III IV V BID QTY to ITEM UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) D1 95 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line 10' -6' Depth), complete in place, per Linear Foot 7 $ 7160 $ j(/ J,CO D2 573 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (6' -8' Depth), complete in place, per Linear Foot $ 3/ Q6 $ /7 76 Y, ad D3 652 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth), complete in place, per Linear Foot $ 5T, 0 D $ .22 7,, P (( D4 108 LF 8" Dia. PVC (SDR 26) Wastewater Gravity Line (10'-12 Depth), complete in place, per Linear Foot $ 1/� r e/) $ t:47 0, A6 D5 250 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (6' -8' Depth), complete in place, per Linear Foot $ - t1 $ 95-if. J��Ile D6 1553 LF 10" Dia. PVC (SDR 26) Wastewater Gravity Line (8' -10' Depth), complete in place, per Linear Foot ,f $ «1, M. $ 2 /74,66 Df 60 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (6' -8' Depth), complete in place, per Linear Foot G $ J(f[S y $A,e.{ D8 160 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (8' -10' Depth), complete in place, per Linear Foot $ I1, 0e) $ OP col' r OO D9 40 LF 8" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (10' -12' Depth), complete in place, per Linear Foot $ 79, ) / $ gioli, 66 z` PROPOSAL FORM PAGE 15 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 15 OF 28 PROPOSAL FORM PAGE 16 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 16 OF 28 :m .I1 IV V BID ITEM QTY DESCRIPTION UNIT UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) D -0 { 20 LF 10" Dia PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (6' -8' Depth), complete in place, per Linear Foot $ 9,6c $ /5J6 (n D11 60 LF 10" Dia. PVC Wastewater Pressure Pipe (150 psi) for Waterline Crossing (8' -10' Depth), complete in place, per Linear Foot $ yf -l/ c $ 3/ f n p D12 6 EA 8" Plug complete in place, per Each $ ,ze- 6 d $ /j.= D13 8 EA 4' Dia. Fiberglass Wastewater Manhole (0' -6' Depth), complete in place, per Each $ e / /6(s3[S $ 3. '&1, dA D14 1-- 24 VF Extra Depth for 4'Dia. Manhole (Over 6 Depth), complete in place, per Vertical Foot $ .3;Zifc 1t $ 76' 1-ei D15 5 EA 5' Dia. Fiberglass Wastewater Manhole (0' -6' Depth), complete in place, per Each $ 5-5 -A= (fj,) $ 27 ,00 * oo D16 22 VF Extra Depth for 5'Dia. Manhole (Over 6' Depth), complete in place, per Vertical Foot $ c /V, lld $ 975-V-, 66 D17 5 EA Fiberglass Rehabilitation for Existing Wastewater Manhole, complete in place, per Each $ 6 lf,%} (co Y� x�' ,eei D18 j--- 8 EA Tie into Existing Wastewater Manhole, complete in place, per Bach $ � 11 p $ � ll dr6f` i6j D19 } 50 LF Grout & Abandon -in -Place Existing 8" Wastewater Line, complete in place, per Linear Foot jj $ 44,N $ ZY (Jo D20 1367 LF Remove Existing 8" Wastewater Line (5' to 11' Depth), complete in place, per Linear Foot $ 1 � try) �1 $ 3/1 `/ L/ rc PROPOSAL FORM PAGE 16 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 16 OF 28 PROPOSAL FORM PAGE 1" OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 17 OF 28 I I III IV V SID ITEIi QTY h UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) D21 D22 EA Backfill & Abandon -in -Place Existing Wastewater Manhole, complete in place per Each $ 54 eel: [3,1 $ 36 6 -0, 6Q 13 EA Replace Existing Wastewater Service with New Service Connection, complete in place, per Each $ 72/10e/11 $ 2 o irtr,C 9 D23 695 CY Cement - Stabilized Sand Backfill, complete in place, per Cubic Yard � $ 6/Ye 51 $ .?3 7D7, .t9 D24 670 CY Flowable Grout Backfill for Wastewater Manholes, complete in place, per Cubic Yard $ /3�, 46 $ 87 z a ee D25 9 EA Adjust Existing Wastewater Manhole to Finish Grade, complete in place, per Each $ ? 5;5lf,G', $ A? c),) .S--'ef, D26 1 LS Allowance for Relocation of Wastewater Utilities, complete in place, per Lump Sum $ 25,000.00 $ 25,000.00 D27 { 3 SY Asphalt Pavement Repair for Offsite Wastewater Trench complete in place, per Square Yard /- $ tV (eS $ /,rne5 ' O� D28 57 3571 Trench Safety for Wastewater Lines, complete in place, per Linear Foot � $ A ,CJ $ 53 j 6. J�. D29 18 EA Trench Safety for Wastewater Manhole, complete in place, per Each $ JW • C)0 $ 5 e/er' tr'C D30 3571 Television Inspection of Wastewater Conduits, complete in place, per Linear Foot $ A /D $ lO -, 1 Q D31 18 EA Television Inspection of Wastewater Manhole, complete in place, per Each $ L�3�£ °C3 $ 771�� PROPOSAL FORM PAGE 1" OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 17 OF 28 TOTAL BAGS BID PART D (Items D3. through D32) : $ f7 , Li fell- f 96 PROPOSAL FORM PAGE 18 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 18 OF 28 I II III Iy V SID ITEM ( QTY Se UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEE EXTENSION (QTY X UNIT PRICE IN FIGURES) D32 i 1 LS Traffic Control, complete place, per Lump Sum in $ 61_1 $ Z6 if 66 1 TOTAL BAGS BID PART D (Items D3. through D32) : $ f7 , Li fell- f 96 PROPOSAL FORM PAGE 18 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 18 OF 28 [JP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. PART 8: ST iET LIGHT TOTAL RASE BID PART 8 (Items 81 through 87) : PROPOSAL FORM PAGE 19 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 19 OF 28 -- - - -- 1 II III IV V SID ZTEI[ QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITm( EXTENSION (QTY X UNIT PRICE rig FIGURES) El 2035 LF 2" Dia. PVC (Sch. 40) Elec. Conduit for Street Lights, complete in place, per Linear Foot $ . ;' f $ Se/ g �rf / �' / E2 1940 LF 2" Dia. PVC (Sch. 80) Elec. Conduit for Future Management Information System (M.I.S.), complete in place, per Linear Foot $ /6, qiJ 37 7,6 rod E3 66 LF 4" Dia. PVC (Sch. 80) Elec. Conduit for Future Signalization, complete in place, per Linear Foot $ 1/91,06 � $ `/ 414 ea E4 17 EA 11 "x 18 "x 18" Handhole (Pull Box) for Lighting Conduit complete in place, per Each $ //94,66 $ if 7fin, Ifel ES 1 EA 17 "x 30 "x 18" Handhole (Pull Box) for M.I.S. Conduit, complete in place, per Each $ 116n t }() $ J,M9 e a E6 4 EA 24 "x 36 "x 24" Handhole (Pull Box) for M.I.S. Conduit, complete in place, per Each $ Z /oe,cal $ (F! /(JQk C1 e E7 1 LS Traffic Control, complete in place, per Lump Sum $ .:5f aL9, 00 3e7e- , GfO TOTAL RASE BID PART 8 (Items 81 through 87) : PROPOSAL FORM PAGE 19 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 19 OF 28 UP RIVER ROAD RAND MORGAN RD. TO McKINZIE RD. ADDITIVE ALTERNATES ADDITI AI, l'ERNATE NO. 1 PART F: STEMET IIPPROVi1TS (ADDITIONAL SIDEWALX) I II III Iv v SID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES ADD TO BID ITEM A9: 4" Concrete Sidewalk, complete in place, per Square Foot $ 5,6 BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURER) $/9/,3,0 ADD TO BID ITEM All: Concrete Curb Ramp, complete in place, per Square Foot $ /ens F3 ADD TO BID ITEM A27: 78 Reflective Pavement Marking LF TY 1 (W)(CROSSWALK)(10' Wide), complete in place, per Linear Foot $6o? 6e) $ f46 F4 4 ADD BID I?EM A38: EA PEDESTRIAN CROSSING Sign, complete in place, per Each s 4/1 c t c50 F5 ADD BID I mit A39: Solar - Powered Dual Signal Head Crosswalk Assembly, complete in place, per Each 2 EA F6 (4017) DEDUCT FROM BID ITEM 81: SY Site Grading, complete in place, per Square Yard F7 DEDUCT FROM BID ITEM 82: (401 7) Block Sodding, complete in SY place, per Square Yard $ L� ($ le, 4 ► d ) TOTAL ADDITIVE ALTERNATE NO.1 PART F (Items F1 through F7): $� 117 go PROPOSAL FORM PAGE 20 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 20 OF 28 ADDITIVE ALTERNATE NO. 2 PART Gs STREET EMPRO' BA TOTAL ADDITIVE ALTERNATE NO.2 PART G (Items G1 through G2): PROPOSAL FORM PAGE 21 OF 28 s /1,4, Pi, ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 21 OF 28 - - --- .�...- -o. Ni iii SE W.OVADZ) I 11 III Iv V BID ITEIS QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) G1 -+ 43,438 SY ADD BID ITEM A5 -a: r S /7 5 (� $ 76g, /b o 11" Blended Base Course Consisting of Salvaged & Pulverized Existing Asphalt Pavement and New Crushed Limestone Flexible Base (Type place, c, Grade 1), Square in place, per Square Yard G2 (43,438) SY DEDUCT BID ITEM A5: / / $ / tf r 54 ($ i .�jr /, 66 ) 11" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard TOTAL ADDITIVE ALTERNATE NO.2 PART G (Items G1 through G2): PROPOSAL FORM PAGE 21 OF 28 s /1,4, Pi, ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 21 OF 28 y11 .vas ALWZMNATE NO. 3 PART Hs STREET IMPROVE TOTAL ADDITIVE ALTERNATE NO.3 PART H (Items H1 through H9): PROPOSAL FORM PAGE 22 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 22 OF 28 I II III Iv v BID i rams $ QTY B UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) H1 734 SY ADD TO SID ITEM A2: S 6c e L $ /7 9g1. ,,zo Street Excavation, complete in place, per Square Yard H2 1139 SY ADD TO BID ITEM A3: / $ /ti $ 12/n J /( 12" Compacted Subgrade, complete in place, per Square Yard H3 H4 -a- } 1139 SY 1139 SY ADD TO BID ITEM A4: $ % e f( $ 3 )"t1; (/6 Geogrid, complete in place, per Square Yard ADD TO BID ITEM A5: / /f $ /4 j / j c ki 11" Crushed Limestone Flexible Base (Type A, Grade 1), complete in place, per Square Yard H5 171 GAL ADD TO BID ITEM A6: $ Ace $ �� c de / Prime Coat (0.15 Gal /SY), complete in place, per Gallon H6 1006 SY ADD TO BID ITEM A7: { 7 �i $ ,J n 7 M 2" HMAC Pavement (Type B) Base Course, complete in place, per Square Yard H7 1006 SY ADD TO BZD ITEM A6: O $ de e $ me ek 2" HMAC Pavement (Type D) Surface Course, complete in place, per Square Yard H8 382 LF ADD TO BID ITEM A21: $ 0, (e'er $ .2.7 j ,7a Reflective Pavement Marking TY 1 (W)(4 ")(SLD), complete in place, per Linear Foot H9 I 191 LF _ ADD TO BID STEM A23: /rod �� $ 19 /� n P Reflective Pavement Marking TY 1 (Y) (4 ") (SLD) (DBL) , complete in place, per Linear Foot TOTAL ADDITIVE ALTERNATE NO.3 PART H (Items H1 through H9): PROPOSAL FORM PAGE 22 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 22 OF 28 JP RIVER ROAD ±.AND MORGAN RD. TO McKINZIE RD. BID SUMMARY TOTAL - SAME BID: TOTAL BASE BID (Parts A, B, C, D and E): TOTAL - ADDITIVE ALTERBNATE NO. 1: ADDITIV8 ALTERNATE NO. 1 DESCRIPTION Total Bid Part F Items Fl through F7 TOTAL ADDITIVE ALTERNATE NO. TOTAL - ADDIT T 0. TOTALS 1) ,d0,77, $ 4,W,,?7,36 ADDITI'B NO. 2 DESCRIPTION BABE BID DESCRIPTION TOTALS Total Bid Part A Total Bid Part B Total Bid Part C Total Bid Part D Total Bid Part E Items Al through A37 'Items Bi through B52 Items Cl through C49 Items D1 through D32 Items El through E7 $ 2, 0117 ..?7, .:;S-- ' $ .2, 3T.-c o Z,? 7(j $ /, ao 302 , 7p $ 579, zfC V, 9ei $ /Q.,t j JP /, CO TOTAL BASE BID (Parts A, B, C, D and E): TOTAL - ADDITIVE ALTERBNATE NO. 1: ADDITIV8 ALTERNATE NO. 1 DESCRIPTION Total Bid Part F Items Fl through F7 TOTAL ADDITIVE ALTERNATE NO. TOTAL - ADDIT T 0. TOTALS 1) ,d0,77, $ 4,W,,?7,36 ADDITI'B NO. 2 DESCRIPTION TOTALS Tota d Part G Items G1 G2 h throu through z $ /3�,. 31 f , 64 TOTAL ADDITIVE ALTERNATE NO. 2 (Part G): $ /3n /3iefao TOTAL - ADDITIVE ALTERBNATE NO. 3: ADDITI46 ALTERNATE NO. 3 DESCRIPTION TOTALS Total Bid Part H Items H1 through H9 $ CVT'■ 7J / /jam TOTAL ADDITIVE ALTERNATE NO. 3 (Part H): PROPOSAL FORM PAGE 23 OF 28 ADDENDUM NO 3 ATTACHMENT NO. 2 PAGE 23 OF 28 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the work within 730 calendar days from the date designated by a Work Order. No additional time will be allotted for Additive Alternate No. 1 or Additive Alternate No. 2. If Additive Alternate No. 3 is awarded, the work shall be performed following the completion of Phase IV and the contract time will be extended by 60 calendar days. Each phase of the Project shall be completed within the number of calendar days or dates allocated below. Detailed descriptions of the phases are provided on the contract drawings as indicated below. The phases described below and on the contract drawings are applicable only for street construction. Utility work may commence upon receipt of the Notice to Proceed and can be completed at any time prior to beginning the work for Phase IV. From Day One* PHASE I (Reference Sheets 115-118, 133 -146) 45 Calendar Days • Maintain two -way traffic throughout the Project. • Construct detour widening along north side of existing roadway from Sta. 39 +40 (Carbon Plant Rd.) to Sta. 54 +60 (Japonica Dr.). • Construct detour widening along north side of existing roadway from Sta. 70 +00 to Sta. 87 +86 (IH 37 exit ramp). *Starr of Phase I is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. PROPOSAL FORM PAGE 24 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 24 OF 28 From Start of Phase ** PHASE II (Reference Sheets 115 -116, 119 -121, 133- 146).359 Calendar Days • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 13 +80 to to Sta. 33 +80. • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 54 +75 (Japonica Dr.) to Sta. 70 +00. • Close to through traffic (allow local traffic) between McKinzie Rd. and Sta. 13 +80; between Carbon Plant Rd. and Japonica Dr.; and between Sta. 70 +00 and Rand Morgan Rd. • Local traffic will occupy the detour road one -way east -bound between Carbon Plant Rd. and Wildwood Dr.; two -way operation between Wildwood Dr. and Japonica Dr.; and two -way operation between Sta. 70 +00 and Rand Morgan Rd. • Construct the south portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr.), and from Sta. 70 +00 to Sta. 87 +86 (IH 37 exit ramp). • Construct new curb & gutter on the south side of roadway from Sta, 87 +86 to east end of Project. PHASE III (Reference Sheets 115 -116, 122 -124, 133- 146)236 Calendar Days • Close to traffic and construct full -width improvements through HMACP (Type B) base course from McKinzie Rd. to Sta. 13 +80. • Close to traffic and construct full -width improvements through HMACP (Type B) base course from Sta. 33 +80 to Sta. 38 +80 (Carbon Plant Rd.). • Close to through traffic (allow local traffic) between Carbon Plant Rd. and Rand Morgan Rd. Traffic will occupy the outer lanes of the newly constructed south portion off the roadway. • Construct the north portion of improvements through HMACP (Type B) base course from Sta. 38 +80 (Carbon Plant Rd.) to Sta. 54 +75 (Japonica Dr.), and from Sta. 70 +00 to Sta. 87 +86 (IH 37 exit ramp). PHASE IV (Reference Sheets 115 -115A, 133 -146) 90 Calendar Days • Place 2" HMAC pavement (Type D) surface course one lane at a time using BC and TCP sheets. • Place permanent pavement markings and raised pavement markers. • Install traffic signs. • Remove temporary pollution prevention controls and traffic control devices, and open roadway to traffic. • Project close -out. ** Strart of the Phase is delineated by the setting up of traffic control devies tesd first day of traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. PROPOSAL FORM PAGE 25 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 25 OF 28 The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the following addenda is acknowledged addenda number} : i �'� ,� ti ;SEAL _ If Bidder is a Corporation) NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. Respectfully submitted: Name: P.S .41 L#. By: _ is }•.,.. „ #', „� M n9e . SIGNATURE ) Address: qgo% (P.O. Box) (Street) C.or s c'."1%.4.4+ TX . (City) (Stage) Telephone: 2.9 of • -s-N.� PROPOSAL FORM PAGE 26 OF 28 14 +69 (Zip) (Revised August 2000) ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 26 OF 28 P E R F O R M A N C E B O N D BON_` NO. 929337370 STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Berry Contracting, LP dba Bay Ltd. of NUECES County, Texa: , hereinafter called "Principal ", and CONTTNFNTAT. CASUAr.TY COMPANY carp ration organized ander 1 he lags of the State of ILLINOIS anc dui,° authorized t s business in the State of Texas, ere_naf.er called "Surety", are held and firmly bound unto the eity of Corpus Chr sti, a municipal corporation of Nueces County, Texas, s.ereir:a ter called "City ", in the penal sum of SEVEN MILLION, THREE HUNDRED NINETY -THREE THOUSAND, FOUR HUNDRED FORTY - SIX ADD NO/100($7,393,446.00) DOLTARS, lawful money of the United States, to be pair' in \.ueees Minty, Texas, for the payment of whins sum well and tr t: be made we bind ourselves, our heirs, executers, adm n Ls ra. ,._ _ i successors, jointly and severally, t i rm y . these pre aer t s. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the Frincipa_ ente_hed .nte a certain contract with the City of Corpus r;r _st , dated the 19TH of DECEMBER, 2006, a copy of which is here o a` tac;ned and made A ;art hereof, for the construction of: UPRIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PROJECT NO. 6265 (TOTAL BASE BID + ADD.ALT.N0.3: $7,393,446.00) NOW, THEREFORE, Yhe principal shall faithfully perform said work in accordance wti he plans, specifications and contract ocumenn.: , nnc ..adin3 any changes, extensions, or guaranties, and if the principal shall repa _r sr d /or replace all defects due to faulty materials and/{ r we rkman ni z: that appear within a period of one (1) year from the :Nate of completion and acceptance of improvements by the "ity, then this obLdation shall be void; otherwise to remain in fell force and e `feat . PROVIDED FURTHER, t_a= Lf any legal action be filed on this nd, venue sr a L 1 ie r_ Nue : es '2o inty, Texas. And that said surets value received hereby stipulates that no enar.ge, extensi:n of nine, alteration or addition to the terms of the :nntr_acn, or to the _irk performed thereunder, or the plans, specifications, dr. wings, a=rc., accompanying the same shall in anywise affect its obli.afeon on this bond, and it does hereby waive notice of an • sact nge, extension of time, alteration or addetion to ene farms the =tract, or to the work to be perf: rmeo t_here.nde . formarce Bond Page 1 of burl riveh eet The requirements of Article 5160, n ivi_ Statutes exas, arvI, other applicable statutes of Texas. The undersigned agen ±s hereby designated by the Surety hern :is the Agent Re si(Uen in Nueces County to whom any requisite hotues ria.}, be delvered ah,7: on whom service of process may be had matters arrsinc out ol such suretyship, as provided by Art. 1 1, ,/ernon Te:Kas surdnce Cudei IN WITNESS WHEREOF, this instrument is executed in 4 copies, each c of whoc sha 1 (e deemed an original, this the 5TH 2' ' - Ja LANE A RI 0 Agency: Contact Person: Address: Phone Number: PRINCIPAL , By: m,5c. Nr 5 ':it -3 SURETY CONTINENTAL CASUAI.TY COMPANY B v : Atr_or - n-fac1 MARY LLEN MOORE (Fr-i7-4 Nrim SWANTNLR GORDON INSURANCE AGENCY MARY ELLEN MOORE EOX 670 «ORPTIS OHL-18'1i . TEXAS 78403 f NO7 : 11 Da of i'manc-( :r _sr 'T be r date of contract) (Revised 9/02) e r f ormarce Bond Page 7 c t 7 STATE OF TEXAS § COUNTY OF NUECES § P A Y M E N T B O N D BOND NO. 929337370 KNOW ALL BY THESE PRESENTS: THAT Berry Contracting, LP dba Bay Ltd. of NUECES County, "ex hereinafter called "Principal", and CONTINENTAL CASUALTY COMPANY, c_rpccaticn erganLzed indei the Laws of the State of ILLINOIS and dui_,' autr ; rl d t a d:: business in the State of Texas, hereinarter called "Surety", are held and firmly bound unto the t o 'orpu, Chr stai, municipal corporation of Nueces County, Texas, a - �x = ='� hereinafter c l . i ty ", and unto all persons, firms and rnc:rat J ons sapplaying bee and materials in prosecution of the war -: referred to an - n attached contract, in the penal sum of SEVEN MILLION, THREE HUNDRED NINETY -THREE THOUSAND, FOUR HUNDRED FORTY -SIX AND NO/100($7,393,446.00) DOLLARS, lawful money of the United tates, to be paid -_r Nueces County, Texas, for the payment w"I,h n sum well and to be made we bind ourselves, our heirs, executcas, admits _s' rators and successors, jointly and several : firm. y bf thesa r esent THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus r..ni, dates: the 19TH day DECEMBER, 2006, a copy of which is hereto t'_ached and made part hereof, for the construction of: UPRIVER ROAD RAND MORGAN RD. TO MCKINZIE RD. PROJECT NO. 6265 (TOTAL BASE BID + ADD.ALT.N0.3: $7,393,446.00) NOW, THEREFORE, 1: tae principal shall faithfully perform its dates rand rake prompt payment to all persons, firms, subcontractors, corn orat ors and claimants supplying labor and material in the pr osecu *, : e;, of the work provided for in said contract and any and a L nuy authorized modification of said vent ract that may hereinatter be made, notice of which modification the surety is hereby expressly waived, then this obligation sr ail bt Toid; ' :herwise - D emain in full force and effect. PROVIDED FURTHER, r; 1t ` any legal action be filed upon this tent, ven ae sha , ,. _ _ ._., :" le -, t� `,Jim ':ty, Texas. And that salt surety fei value received hereby stipulates that nc change, exter_sicr of time alteration or addition to the terms ot the contract._ or to the wa performed thereunder, or the plans, specifications, ications, drawinss, accompanying the same shall in arywlse affect its ob ig .t: on this bond, and it does hereby wave nc ,, ice et ahay such t �. e, extension c '� .0 time, alteration or aodi -. ; on to the terms ",e contract, or to the work to be of rf:;tme_i thereunder -oymer:* Boni nae _ e on /a Y _. ur h St 'e of texas. Ls zsec here_ a e Weer i,e requirements of Article 5160, 7exas, ar,d other applicable statutes of rms "'la-imant ", "Labor" and "Material ", ordan-e wi;7h and as defined in said T E undersigr ed a en' is iereby designated by the Surety herein as the Agee' Resent in Nieces county to whom any requisite ao ces may be dei verec are: on ,whom service of process may be had r, mat tors ar , sir:.x such suretyship, as provided by Art. -1. Vert is T xas s, nce Code. IN WITNESS WHEREOF, ea one of wh_ct sha of JANUAR_ Agency: Contact Person :MARY ELLEN MOORE Address: P . U� bOh '70 s instrument is executed in 4 copies, deemed an original, this the 5TH PRINCIPAL BA • ATTEST Seor rtily 1.1 nrdc.,_ ti -1(ar- ene.ti Nor.= o SURETY CONTIP:EN'iA:i, CASUA ,TY 'CMPANY Artorne",-r'i -fac'- KARI ELLEN MOORE S6&AN`I'ELR .. '-ORDON INSURANCE AGENCY Phone Number: cn��r1� cu-kTcTT, TEXAS 78403 361-8'63-1711 of Pa r-iF-r -t .3 nd r,' pr i da * -� o cr. tract) (Revised 9/02) aymerrt F3ond ?age POW EH OF A i TORNE 1 APPOINTIN(a INDIVIDUAL. ATTORNEY -IN -FACT knoNs Ail Men By These Presents, That xontinenta Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a sonnecticut corporation, and American Casualty Compan of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies "), are duly organ wed and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make. constitute and appoint Diann Eisenhauer, R M Lee. Leroy Ryza, Mary Ellen Moore, Kristi Roberts, Individually ,. of Corpus Christi. TX. their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, indertakmgs and other obligator. instruments of similar nature - In unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. !'his Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated. by the Boards of Directors of the corporations. In Witness Whereof, the CNA Companies have caused these presents tc be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 7th day of September. 2(i )5. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Michael Gengler r Senior Vice President State of Illinois, County of Cook, ss )n this 7th day of September, 200-;, before me personally came Michael Gengler to me known. who, being by me duly sworn, did depose and say: that he resides in the City of Chicago. State of Illinois. that ite is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire insurance Company of Hartford. .i Connectu at corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania ,: orporation described in and which executed the above instrument: that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they ere so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. • "OFFICIAL SEAL" • AURU► M. i>>EDINA • • • *nary Public. srw of pliaw • * Commission Espies ar— : Mx Commission Expires March 1 2009 Maria M. Medina Notary Public CERTIFICATE Mary A Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, a Connecticut corporation. and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force In testimony ay hereof 1 have hereunto subscribed my name and affixed the seal of the said corporations this _ day of ,TANTTAP .`_ it' %_. _ • Form 6S 53- ! 200 ; Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. R kis Assistant Secretary State of Texas Claim Notice Endorsement in accordance with Section 2253.021(f) of the Texas Govemment Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60604 Telephone: (312) 822 -5000 You may also write to CNA Surety at P.O. Box 1068, Houston, Texas 77251 -1068. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800- 252 -3439 You may also write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714 - 9104, or fax 512 - 475 -1771. PR/ NIUM OF CLAIM DISPUTES: Should you have a dispute conceming your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not became a part or condition of the attached documents. Rzvxsanl CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME: 11 Co.1 Loa. STREET: 1 `k Ot COIV% 'toll,.. cis R & C .... CITY: l Or+ti 6.4!.. rr)t ZIP: -PI 4CR FIRM is 1. Corporation 2. Partnership ✓ 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1, State the names of each "employed' of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Job Title and City Department (if known) 2. State the aames of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ".. Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Board, Commission or Committee 4, State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the select of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: .0cft Law++ 2 Title: E s net ' pe 1•n (Type or Print) .°J „fn.. • Signature of Certifying Person: PROPOSAL FORM PAGE 27 OF 28 Date: i 1— 2°1 -0(o ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 27 OF 28 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas b "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce er deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non -profit organizations. d "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a fum, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation .114E ) PROPOSAL FORM PAGE 28 OF 28 ADDENDUM NO. 3 ATTACHMENT NO. 2 PAGE 28 OF 28 ACORD CERTIFICATE OF LIABILITY INSURANCE PRODUCER Swantner Gordon Ins Agcy-r 9r C Box 870 Corpus Christi. TX 78403 D87 Phone:361- 883 - : -11 Fax 361 - 844 -Q1, INSUREC Berry Contracting, LP dba Bay, Ltd. P. 0. Box 4858 Corpus Christi TX 78469 -4858 1 COVERAGES OP ID NI DATE (MM/DDJYYYY) BERRY -4 01/05/07 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A Zurich American Ins Co NSURERB Steadfast Insurance Co NSURER C INSURER D INSURER E (#55) City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 CICO -CC ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A OOZED RE ENT E © ACORD CORPORATION 1988 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO HE INSURED NAMED ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ABOVE FOR THE POLICY RESPECT TO WHICH TO ALt THE TERMS DATE EFFECTIVE DATE (AIMAIDD/YY) PERIOD INDICATED. THIS CERTIFICATE EXCLUSIONS AND POLICY MWDOITKN DATE (MMIDD/YY) NOTWITHSTANDING MAY BE ISSUED OR CONDITIONS OF SUCH LIMITS LTR INSR TYPE OF INSUIRIINC,� POLICY NUMBER GENERAL LIABILITY Y/ — A X COMMERCIAL. GENERAL L,ABIL^ GL02988700-06 05/20/06 05/20/07 / Y EACH OCCURRENCE $ 1,000,000 UAMA[at IU HtN1tU PREMISES (Ea occurence) $ 50,000 r-- _ Ci AIMS MADE J{ OCC UP / MED EXP (Any one person) $5,000 A X;X,C,U, Included PERSONAL & ADV INJURY $ 1,000,000 $V-5,000,000 $ 5,000,000 A X Contractual m ci GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES P!ic. — POLICY JECT X JECT (/ _GC PRODUCTS - COMP/OP AGG AUTOMOBILE LIABILITY y - r A X AN' AL; TO ' BAP298870<' 06 )5/20/06 ALL C>WNED AL;' )S. SCI +EDULED'J' )S A X HIRED AUTO: A X NON -0WNEC aU -OS __.. _. 05/20/07 / 1 COMBINED SINGLE LIMIT (Eaaccident) V/1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANN AU -0 AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC 3 AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY V/ 05/20/06 05/20/07 EACH OCCURRENCE 5,000,000 B X Occ R CLAIMSMADE UMB9298608 -06 1 ` DEC ':.'C I ISLE � ,Xi RETENTION $ 10, 000 AGGREGATE $ 5,000,000 $ $ WORKERS COMPENSATION AND / EMPLOYERS' LIABILITY V A ANY PROPRIETOR/PARTNER/EXECUTIVE WC3504558 -35 TX /OS1 OFFICER /MEMBER EXCLUDED / If yes describe under V L PROVISIONS below C5/20/06 WC STATU- OTH- X TORY LIMITS ER 05/20/07 EL. EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ j 000 Q Q Q OTHEIR B ;Pollution CPL5336131 -02 ) 05/20/06 05/20/07 EachClaim 1,000,000 DESCRIPTION OF OPERATIONS i LOCATORS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS See notepad for additional coverage information. 7 Ref: UpRiver Road - Rand Morgan Rd. to McKinzie Rd. - Project No. 6265 CERTIFICATE HOLDEM __..__ - . _____ City of Corpus Christi Engineering Services Attn: Contract Administrator P. 0. Box 9277 Corpus Christi TX 78469 CICO -CC ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A OOZED RE ENT E © ACORD CORPORATION 1988 Additional Insured as required by written insured contract in favor of the Certificate Holder applicable to Generai Liability, Auto Liability & umbrella poices, Waiver of Subrogation as required by written insured contract in favor of the Certificate Holder applicable to Workers Compensation, General Liability Auto Liability & Umbrella policies. Work Comp Includes USL&H, OCS and Maritime at $1,000,000. General Liability is primary & non-contributory where required by written contract. 21111101-AMERICAN INSURANCE GROUP COMMERCIAL INSURANCE LIABILITY INSURANCE Insurerllpe for coverage part provided by ZURICH AMERICAN INSURANCE COMPANY This endorsemlmt changes the pe cy. Please read it carefully. COVERAGE CHANGE ENDORSEMENT { COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL ASSURED ENDORSEMENT IT IS UNDERSTOOD AND AGREED THAT COVERAGE AS PROVIDED BY THIS POLICY IS EXTENDED TO INCL = AD F . ONAL ASS S AS REQUIRED BY WRITTEN CONTRACT EXECUTED BEFORE LOSS REQ ASSURED TO TAIN THIS AGREEMENT FROM UNDERWRITERS BUT ONLY IN RESPECT OF WORK a RF • , a BY OR ON EIEHALF OF THE, NAMED ASSURED HEREUNDER. THIS POLICY IS PRIMARY WITH e C • UTION WHERE REQUIRED BY WRITTEN CONTRACT. THIS ENDORSEMENT SHALL NOT OPERA TO ASE THE LIMIT OF LIABILITY. Imputed: Berry Contracting, LP dbe Bay, Ltd. Te+i May 20, 2006 200? Zurich Amitican Insurance Company an 206 t Grli3 -e 01 (0449) /ADDITIONAL INSURED This endorsement modifies insurance provided under the following: This e x . ernent chan _ es the :anent Effective May 20, 2006 Named Insured Berry Contracting, LP dba Bay, Ltd. olic BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM effective on the inc .lion date of the 1 he Policy Number TE99OJB unless another date is indicated below: BAP2988702 -06 Countersigned by L1 I� _ ; Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Colima Christi Dept• Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 aff� d but policy. th respect to legal responsibility for acts or omissions of a person for The a dditiosul insured is not required to pay for any premiums stated in the policy or earned premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us days notice to the additional insured. Y , we will give ten The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 t►1 B - ADDITIONAL INSURED Tine Standard Automobile Endorsement Prescribed by March 19, 1992 whom Liability Coverage is from the policy. Any return COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: % COl dERCIAL GENERAL LIABILITY COVERAGE PART Y LIQUOR LIABILITY COVERAGE PART OW/MRS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLE7ED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Claisti Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Number of days advance notice: THIRTY (30) Named Insured: Berry Contracting, LP dba Bay, Ltd. Policy Number: GLO 2988700.. 06 Effective Date of This Endorsement: Authorised Representative: Name (Planted): 05/20/06 R. M. Lee Title (Printed) Managing Partner CGO2OS (01/96) TE 02 02A 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 eoprse n changes the policy effective on the inception date of the policy unless another date is indicated below: Endorse tentE Effective Policy Number BAP2988702 -06 May 20, 2006 1,/ Named Insured Berry Contracting, LP dba Bay, Ltd. 4/ Countersigned by (Authorized Representative) THIRTY (30) dens before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: City of Corpus Christi Dept Of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Authorized Representative: Name (Pdeted): Title (Printed): R. M. Lee Managinn Partner FORM TS 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standees' Automobile Endorsement (Ed. Effective 3/92) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Number of days advance notice: 30 Notice will be mailed to: City of Corpus Christi Department of Bagineering Services Attn: Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 This endorser:0N changes the policy to which it is attached and is effective on the date issued unless, otherwise stated. (The ittlformatii n below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement 13fective: 05 -20- 06 Policy No. WC3504558- 5 Insured Berry Contracting, LP dba Bay, Ltd. Insurance Company Zurich American Ins Co Countersigned By: WC 42 -06 01 Name (Printed): (Ed. 7 -84) Title (Printed): Endorsement No. N/A RM.Lee Managing Partner