Loading...
HomeMy WebLinkAboutC2007-077 - 3/27/2007 - Approved1 F 2007-077 03/27/07 M2007-087 Ramos Industries S v lilt I# L p 1K 9 v I a I k S ip z c x r i C A T 1 0 N S A N D OF C O N T R A C T S A N D B 0 WD S F 0 R MASTER CHANNEL 27 DOLAINAGZ IMPROVEMUNTS PR04ECT NO: 2263 DP-A*ING NG: STO 5-3-l' PREPARED BY: Maverick Engjineeri.nq, Inc. 2000 S.P.I.D., Sul'te 100 Corpus Christi, Texas 78469 Pho-le: 361/289-1385 --ax. 361/289-0712 FOR: DEPARTMIENT -F ENGINEERING SERVICES ''TT 7 OF :,'QRPIJS CHRISTI, TEXA-S Phr%re: 361/880- •35(_;0 FAX: 36 -1, /68J- -330 1 ............ .. ... ........ o3 CE NS ow k/ 0 INA Re ..i 3 e ") , ), i MASTER CHANNEL 27 DRAINAGE IMPROVEMENTS Table of Contents NOTICE TO BIDDERS (Revi se.-± 7; %00) NOTICE TO CONTRACTORS -A Revi;s—J Sept. 2000) Insur:3n:-e Requirements NOVICE TO CONTRACTORS -B Revised 715100) Worker's Compensation (`•average For Building or Construction Projects For Government Enti, ie:? PART A - SPECIAL PROVISIONS A -1 "ime and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be ;submitted with Proposal A -6 Time of Completion /ld quLdated Damages A -7 Workers Compensatior:, Tnsurance Coverage FA -8 Faxed. Proposals A -9 Acknow ( +dgment of Addenda A -10 Wage Rates (Revised 7/5i`00) A - -11 Cooperation with Put >iic Agencies (Revised 7/5/00) A - -12 Maintenance of Services A- -13 Area Access and Traffic Control A--14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A-17 Field Office A -18 Schedule and Sequence of Construction - A -19 Construction Project. Layout and Control A -20 Testing and CPrtificaticn A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) v A-4-3- t (NOT USED) A -24 Surety Bonds A 2b Sales Tam Sx ) (6/11/98) � gcirr (NO LONGER APPLICABLE A -216 Supplemental Insuran.-e Requirements C =aiffts (NOT USED) A -28 Considerations. for C•)nt,-act Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended "Policy on Extra Work and Change Orders" A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract- D,)cuments Fa l t - e ( NOT USED) A -36 Other Submittals (Re, -ised 9/18/00) A -37 Amended "Arrangement and charge for Water Furnished by the City" TABLE OF CONTENTS PAGE : OF 6 A -38 Worker's '-ompf,nsatio, Coverage for Building or Construction Projects for Government Entities A- -_ Ger-tif-teaLe--ei Geettpaney and Fi i Aeeeptafl (NOT USED) A -40 Amendment. to .ection B -8 -6: "Partial Estimates" A-41- (NOT USED) A -42 C'�SHA Rules & Regulations A -43 Amended "Indemnification and Ho'd Harmless" (9/98) A -44 Change Orders (4/26/99) A -45 As -Buiit Dimensions and Drawings (`7/5/00) A 46 Disposal of H-Lghiy Cnlori-nated Water (7/5/00) A -47 Pre- Const- ruction Exploratory Excavations (7/5/00) A­46 Overhead Flect rical 'Wires (7/5/00) A -49 Amend "Maintenance G.aranty" (8/24/00) A -50 video Documentation A -51 Electronic Proposal Form Attactunent I Project Sign Attachment I? Sample Computer Print -Out PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PAR" S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 021020 Site Clearing ana Stripping 55 021440 Site Grading S6 021080 Removing Old Structures S55 022 EARTHWORK 02202.0 Excavation and Backfill for Utilities and Sewers S9 022022 Trench Safety for Excavations 022080 Embankment S1.3 022100 Select Material S., 022420 Silt Fence S97 025 ROADWAY 0252 SUBGRADES AND BASES 025207 Pavement Repair, "urb, Gutter, Sidewalk and Driveway Replacement S54 0254 ASPHALTS AND SURFACES 025404 Asphalr_s, >ils and Emulsions S29 025412 Prime Coat (Asphaltic Material Only) S30 025414 Aggregate ror Surface Treatment and Seal Coats S35 025418 Surface Treatment S32 =725424 Hot Mix Asphaltic Concrete Pavement (Class A) S34 0256 CONCRETE WORK 025608 Inlets S6_- TABLE OF CONTENTS PAGE 2 OF 6 0258 TRAFF-Lt 0 TROLS DF:` 1,,F S Tempor,ir., Traff (:25807 -011LrOls During Construction Paw�,mejjt Markin(,.� (P-ji-nt- and Thermoplastic) S45 C26 JTILTTIF.1; GENERJI� 0262Oi Waterline Riser hssemblies :;79 026210" Hydrostat:c Testing cf Pressure Systems S89 02620c_ Ductile iron Pipe and Fittings S81 026210 PVC Pipe AWWA ­900 and C905 Pressure Pipe S83 0264 WATERLINES 0 2 6 402 Waterlir)e� S88 027 SEVERS & DRAINAGE 0272 GENERAi, 027202 Manholes �62 027203 Vacuum Testing of Sani,:iary Sewer Manholes and Structures 027205 Fibeialass Manholes S58A 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts S60 027404 Concrete B1)X Culverts S66 11276 SANITARY SEWERS (GRAVITY) 02*7602 Gravity Sanitary Sewers S61 027606 Sanitary Service !,ines 027611 Television InspecliOn of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding S14 028300 Fence Relocation S12 028320 Chain Link Fence S70 028370 Barbed Wire Fence S48 030 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel 3342 037040 EPDXY Compounds S44 038000 Concrete Structures S41 050 METALS 055420 Frames, Grates, Rings and Covers S57 PART T - TUCHNICAL SPINCIFICATIONS 022 i£ARTHWORK 022021 Control of Ground Watei 022060 Channel Excavation 025 ROADWAY 0252 SUBGRADES AND 3ASES ,25z' 3 Crushed 1,ime,­3tone Flexible Base TABLE OF CONTENTS PAGE 3 OF 6 0256. CONCRETE WORT: _12562) Por *land Cement C- >ncrete Pavement LIST OF DRAWINGS: SIT. CJC;. DESCRIP'T'ION 1 Tit -po sheet'Vicinit. MaE 2 Pro-tect Loc,;tion Map 3 Gene r.." Not c s 4 Estimated Qs.- .antities and Testing Schedule -- Mast :ei Chanrsel 27 Typical Sections (Sheets 1 thru 3) 8 MC -1 Later,;ls 'A' jnd 'E' Typi• 7a1 Sections 9 Exist rig Water Basemap 10 Exist.:.ng Wastewater Basemap 11 Ex i -:;t : ng St< rm WatE r Basemap 12 Exist _rig Ga., Basemap 13 MC -27 1,ateral 'A' Existing Utility Basemaps 14 -1' MC' -2" j Lateral 'B' Fxisting Utility Basemaps (Sheets 1 & 2) 16 Drainage Arra Map 17 MC --27 Basel ne Alignment Plan Sta. 0 +00 to Sta. 33 +00 18 MC -2' Baseline Alignment Plan Sta. 33 +00 to Sta. 63 +25 19 MC -27 Base'; ne Ali.(,rrrnent Plan Sta. 63 +25 to Sta. 85 +50 _) -20A MC -27 Baseline Alignment Plan Sta. 85 +50 to End 21 MC --2' Lateral 'A' Paseline Alignment Plan Sta. 0 +00 to End 22 MC -2? 1.ater«1 'B` PaseLine Alignment Plan Sta. 0 +00 to End 2 i -2`. Pro ect C'onr ro7 Point layout (Sheets 1 thru 3) 26 Master �_'haru_el 27 ;Plan & Profile) Sta. 04 -00 to Sta. 10 +50 27 Master Channel 27 Plan & Profile) Sta. 10 +50 to Sta. 19 +50 28 Master Channel 2 "7 Plan & Profile) Sta. 19 +50 to Sta. 28 +50 2.9 Master Chan ?.el 27 Flan & Profile) Sta. 28 +50 to Sta. 37 +50 30 Master Channel 27 :Plan & Profile) Sta. 37 +50 to Sta. 46 +00 31 Master Channel 27 Plan & Profile) Sta. 46 +00 to Sta. 54 +50 32 Master Chanrsel 27 'Plan & Profile) Sta. 54 +50 to Sta. 63 +50 33 Master Channel. 27 ..Plan & Profile) Sta. 63 +50 to Sta. 70 +50 34 Master Channel 27 ;Plan & Profile) Sta. 70 +50 to Sta. 77 +25 35 Master Chanrsel 2 "' Plan & Profile) Sta. 77 +25 to Sta. 87 +00 36 Master Chancel 27 Plan, & Profile) Sta. 87 +00 to Sta. 97 +50 -3''A Master vhanrlel 27 Ilan & Profile) Sta. 97 +50 to Sta. 107 +50 38 -38A Master Channel 21 Plan & Profile) Sta. 107 +50 to End 39 Count _\_ Road 7B Storrr Water. Crossing (Plan & Profile) 40 MC -2"7 Later,�l 'A' :Plan & Profi Le) Sta. 0400 to Sta. 8 +50 41 MC -27 Lateral 'A' .Plan & Profile) Sta. 8 +50 to Sta. 17 +50 42 MC -2"1 Lateral 'A' Plan & Profile) Sta. 17 +50 to End 43 MC - -2 -,' Lateral 'B' Plan & Profile) Sta. 0100 to Sta. 6+50 44 MC -2' T:ater <l 'B' Elan & Profile) Sta. 6 +50 to Sta. 14 +50 45 MC -C'' l :ater,.1 'B' I'la:r & Profile) Sta. 14 +50 to End 46 Proposed Gr.-ding Pi.rn at Rodd Field Road 47 Proposed Grading P_, n F3xuoke Rd./ Airline Rd. 48 Storm Water Lateral Profiles 49 Wastewater Line A) (Plan and Profile) Sta. 56 +00 to Sta. 70 +00 50 Wastewater Lines F & F) (Plan and Profile) and Lateral Profiles B, C & D 51 Proposed Utility Acjustment Plan at Rodd Field Rd. and Airline Rd. -58A Master 7hanr,el 2? C oss- Sections (Sheets 1 thru 8) 59 MC -2' Later.sl 'A' (rosss- Sections 60 Masten Channel 2 '-' ross- Sections (Additive Alternate No. 2) TABLE OF CONTENTS PAGE 4 OF 6 TABLE OF CONTENTS PACE 5 OF 6 W i nrjj,7j 1 rd -,. )e, W i !I gw<r i u C -1:;. X —-1 D'etails W in wa 1 Details 64,E W i ri qwn I N De t a i 1 !3, 641j Comb r-at Ra �pe 4 6=+ Comb r!at -1( Pal Vpe -1 STD) 6411 Comh Ra i. V p e 4 (MOD) 64F (,. omb -1 r) at i', Rai- vPe 4 Fabrir,,it ion Details 6, Wi riqwa I I N a D, , I i l_; 6et Wingwall iN,:. i0 & tjc. 11 Detai:s (Additive Alternate No. 2) b. Mi s, 7(. ; I ane-us W] ngwa I , Details Concrete P-'prap Storm Water Details 64 Concrete Piprap and Low-Flow Channel Storm Water Details 70-- 1i Concrete Jt;nction Box 'storm Water Details (Sheets I & 2) Intejceptc� Swale `to-m Water Details 7' Saft-t, End Treatment -Storm Water Details 74 Concrete Equipment Acc ss Ramp Plan and Related Details 71, Mi-5c(-lIane(,us Pavement Repair Details 76 Concrete Dempster Fad Relocation Plan and Related Details 7 Miscellaneous Stor-ri Wat=er Details 78 Single Box Culvert Ca.;*_ -in-place 7�, Single Box Culvert-: Cast—in-Place Details 8 Multiple Bcx Culverts Cast -in -Place Details 8! Fencing Details 81" Metal Beam Guard F-,-?nc(- Details 81 Single Guardrail Terminal (SKT 350) (Wood Post) 84 Pedestrian Rail De"-ail,i 85 Waterline retails ind Embedment Sections 86-90 Standard Water Detiils (Sheets 1 thru 5) 91-95 Sanitary Sewer Standard Details (Sheets 1 thru 5) 96 Standard Storm Water Details 97 Master, Channel 27 -,itorm Water Pollution Prevention Plan Sta. 0+00 to Sta. 33+00 98 Master Channel 21 :,Lorrri Water Pollution Prevention Plan Sta. 33+00 to Sta. 63+25 99 Master Channel 27 ,corm Water Pollution Prevention Plan Sta. 63+25 to Sta. 85+50 100-100A Master Channel 27 :ztorm Water Pollution Prevention Plan Sta. 85+50 to End 101 MC-27 1,ateial 'A' `torn! Water, Pollution Prevention Plan Sta. 0+00 to End 102 MC-2-7 Lateril '131 ;form Water Pollution Prevention Plan Sta. 0+00 to End 104 Storm Wate Po'-"-Iut on 1'revention Miscellaneous Details 104 Construction Sequence Stages 105 Sequence of Construction and General Notes ZOei Traffic, Control Perimeter Signage Plan Traffic Control Sections 108 Brooke Rd. South .Shoulder Work Traffic Control Plan-01 109 Rudd Field --td. —Drm Water Crossing Traffic Control Plan-02 110 Rodd 7ie--d ad. - Storm Water Crossing Traffic Control Plan-03 Brooki- Rd. Storm Water Crossing and Wastewater Line Traffic Control Plan-04 it Brooki Rd. Was7:e,,ater Line Work Traffic Control Plan-05 Airline Rd - Storr+ Wa-,-F-.r Crossing Traffic Control Plan-06 114 County Rd. `B - Storm Water Crossing Traffic Control Plan-O? T(:P Notes - A,-� WZ(Ci)t- 94 VI-)rk ZonF Channelizing Devices on Flexible Supports lip End o7- Road Barricade, Traffic Sign Assembly /Installation Details POZ--,,()(' Sicilit Support Po =t and Socket System 119-1 ? 0 BC{ I ,)3 '1" u B(-: 1, 1 -0 i Barricade and Construction Standards TABLE OF CONTENTS PACE 5 OF 6 NOTICE AGRE HT PROQOSAL /DISCLOSURE STATEMENT PERFORMWE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, rJdresscd to the City of Corpus Christi, Texas for: y MAER CHANNEL 27 DRAINAGE IMPROVEMENTS consists of construction of approximately 15,400 linear feet of storm water drainage improvements including approximately 173,__'.24 cul"dc yards of channel excavation; 135,182 SF of reinforced concrete slope ;L %roi_ect: ion !nd safety end treatment (riprap); 7232 LF of new 5' -wide *c l:'- -w.ide reinforced concrete box culverts; 1472 LF of new 24" ic 54" reinforced ( )ncrete storm sewer pipes, inlets and junction boxes; 1823 LF rA new 6 ", 3 ", 1.0" :Ind 12" PVC wastewater gravity lines and fiberglass manholes; s64 LE of new 8" snd i.2' PVC waterlines and appurtenances; minor pavement repair:, and paveme t mark_ing-s; finish grading; topsoiling and seeding; and temporary traffic_ cDntrol together with all appurtenances; in accordance with the plans, sp(,-•ifi.-ations and -ontrac-t documents; will be received �t ,-ne oft,ce of the City Secretary until 2:00 p.m. on !!2*2sdt, February 14, 2007, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting i -> scheduled for 2:00 p.m., Tuesday, January 301 2007 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount. )f 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will. not be considered. Failure to provide required performance and payment bends far contracts over $25,000.00 will result in forfeiture of the 5% bid bond tc the . -ity 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 of �ece!pt of bids. Plans, 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 in good condition within two weeks of bid date. Documents can be obtained my mait upon receipt of an additional $10.00 which is a non- refundable postage /h nd.ing charge. The bidder is hereby not,fied 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 cut in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer ", "workman ", or "mechanic" employed on this project . The City reserves the riglit t, reject any or ail bids, to waive irregularities and to accept the kid whit-h, .n the City's opinion, seems most advantageous to the City and _n th- best nterest of the public. CITY 'JF CORPUS CHRISTI, TEXAS {s /'Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Reviaed /5 /00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Cer ficate <>- Ins - Trance - indicating proof of coverage in the following amounts is req�iired; TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all. certificates PER OCCURRENCE / AGGREGATE Commercial General Liability Lnc hiding: $2,000,000 COMBINED SINGLE LIMIT "ommerci,i_ Foi;_i -. Premises - Operations 3_ explosion and Collaps( Hazard 4, Undergronnd Hazard Products' Comp. -eted Opera ions Aazard �;. Contractual Li ability ?goad Form Property Damage 8. = ndependent Contracto s 9. Personal Injury AUTOINOBILE LIAB LITY- -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR FENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORWR..S' COMPENSATIONI COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIAR -LiTY $100,000 EXC-WS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROWESSIONAL POLLUTION LIABILITY! $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidenta�' A REQUIRED discharge; to include long -tern X NOT REQUIRED environmental impact `or the lisposal of contaminants See Section B -6 -11 and Supplemental B';'LDER3' RTSr< Insurance Requirements REQUIRED X NOT REQUIRED TNSTAL,LATION ?,�)ATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements REQUIRED X NOT REQUIRED Page 1 of 2 i The City of Corpus Christi must be named as an additional insured on all coverages ?x_ept :orker's comperisati.on Liability coverage. 'the name of the Project must: be listed under "description of operations" on each :ertif i,. ate of risurar!ce. (' For each :assurance _.overaq_, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty 3C?) Nays pr-_)r wri-.ten no ±ice of cancellation of or material change on any c.overagt>. Tht, Corntr-.actor shall provide to the City the other endorsements to a urance policies or coverages which are specified in section B -6 -11 or Special Prk:vis icjns section of the cor t ract . +ompiFted "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. _N Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE.- TO CONTRACTORS - B WORK F.' CC. "- <.�E_vSATION COVERAGE FOR BUILDING C CONSTRUCTION PROJECTS FOR G," VE??,TMENT ENTITIES Iexas Law requires ziha,. -ost contractors, subcc:Lr, actors, and others croviding work or services for a City building or construction prc7ec7 must be covered h•:, worker's compensation insurance, authorized seif - i surance, or an approved worker's compensation agre eme � t_ . coverage Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site provide 1 of the 3 forms of worker's compensation coverage, the Ci4., will require such coverage for all individuals providing work or rer­_,ces on this Project at any time, including during the mai ::Ianance guarant -v "Deriod rotor carriers which are required to regi:.-_er with the Texas Depar_ ,ent of Transportation under Texas Civil Statutes Article 667Sc, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Sect'_on 4(j) need not 7=cvide 1 of the forms -f worker's compensation coverage. The Contractor agrees comply with all applicable provisions of -�xas Administrative 'ode title 28, Section 110.110, a copy of whic 1s attached and deemed corporated into the project contract. Please note that under secticn 110.110: ' -. certain anguaye -rust be included in the Contractor's Contract .pith the City and the Contractor's contracts with subcontractors and others providing services for the Project, the Contractor required to submit to the City certificates of csverage 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 the Contractor- s r- 2quired to post the required notice at the Job site. By s -GZing this Contract, he comr antractor certifies that _= will timely l with these Net_icry ? > Cc :tractors "B" requirements-- NOTICE :0 CONTRACTORS - B (Revises 1/13/99) Page 1 of 7 g/7 / 98 Additi =:e Alternate No 2 con;ist__z; of providing approximately 404 LF of 2- barrel 8'x reinforced concrete pr,->cast. box culvert, wingwalls and pedestrian railing in Lea W ,)pen channel *or a portion of the project_ "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 exceeds the original scope of work. A -5 Items to be Submitted with Proposal The fo A -,wing items are required be submitted with the proposal: Bid Bond -4us - re l erer;ce MASTER CHANNEL 27 DRAINAGE U- iPROVEMENTS as dentified in t,:e Propc <al . A Casnier': -, ,-heck, _-er• _fie +d check, money order or bank draft from any State I Natiorai Bank will a!so acceptable.; ..isclosure of Interests Statement. 3. 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 Ln£ormation with their Proposal. A -6 Time of Completion /Liquidated Damaves Tc: 'linlmize incc;nver.icnce tc; the general public and to minimize their exposure to dangerc:u coridit ons, he ('on , ract. -;r will be required to follow tight scheduling for Jn 3tr ,c' ion and will t)e requ: ced to meet deadlines for completion of each phase of c ,nstr -c, -ion shown below. Th— project has, been divided into four (4) phases. The ",_,r,. ra; t :r is requi red to c:omp..ete each phase before proceeding to any other phase, u!less written riuthox.zation is liven by the City Engineer to deviate from the sequence of construction. Tame Juration for construction is allocated for each phase. if the work in any phase I :: not complete as shown below, liquidated damages will be assessed for each da} that the work is not completed. Time duration for each phase is not transferable. If liquidated damages are charged due to failure to complete any phase within the stipulated time duration, liquidated damages for those excessive days will not be charged again at the completion of the project. The work.rng time for cr,mpleLl(n of Lhe entire Project will be 392 calendar days. No additional time will be allotted for any Additive Alternate. Each pt,ase of -n- Prot -ct sha:i be completed within the number of calendar days or d.iti�s ji ocated :elow. DeT -aa ,,d JFSCriptions A the phases and stages are provided J; ahe - >ntract ,rawinIs From Day One* Pf "mil - STA. 25 +70 to STA. 6B +70.. .... 172 Calendar Days (Sta s I thru '1j— STAGE 1 • Cie.�r brusr =31m-: south, ��idc )f Brooke Road from C.R. 7B to Sta. 63 +00 ±. STAGE 2 • Cora truct MC-2/ main channel trom Sta. 25 +70 to Sta. 48 +00 ±. • Provide temporary out-fall for storm water runoff from west side of C.R. 7B t wetland area ,_:n east ide )f roadway, and provide temporary pumping of storm water runoff across C.P. /B by means of one or more automatically - a_tivated ei.ectr; pumps ( "C- Lt -ical Silenced" type) . STAGE 3 • 3A Construct temporary ^etc:ur on we,:t side of Rodd Field Road. Construct east half f RCB culvert at Rodd Field Road. • 3B Construct temporary detour on east side of Rodd Field Road. Constru-t we =t half f P, •:ulve t at Rodd Field Road. Section A - SP (Revised 12/15/04) Page 2 of 25 -ifl e 28. INS L R C E Fart fl. TE',AS 'vz'ORKERS` CONIPENSATIO`' CONEMISSION' Chapter 110. REQL-iRED NOTICES OF COVERAGE Subchapeer B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The fallowing words and terms, when used in this rule, shall i:zve the following meanings, unless the context clearly indicates otherwise. Terns not defined in this rule shall have the meaning defined in the Texas Labor Code, f so defined. t 1) Certificate of coverage (ce : cater -A copy of a ce.^.ificate of insurance, a certificate of authority to Seif- insure issued by the ccr=ssion., or a workers' compensation coverage agreement (TWCC -8I, TWCC -82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entitys employees (including those subject to a coverage agreement) providing services on a project, :or the duration of the project- (2) Building or construction —rigs the mes. Ing 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 governmentzi entity (4) Coverage— Workers compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). 5) Coverage agreement —A written agreement on form TWCC -81, form TWCC -82, form T WCC -83. or form 1WCC -84, filed with the Texas Workers' Compensation Commission which establishes a relstionship 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 begin ning of work on the project until the work on the project has be t-1 compieted a.-:d accepted by the governmental entity- . 7) Persons providing services or, the project (' subcontractor :. 3 406.096 of the Act) — %Zrth the exception of persons ex::,uded under subsections (h) and (i) of this section, includes all persons or entities pet forming a?1 cr part of the services the contractor has undertaken to perform on the project regardless of -.whether that person coruacted directly with the contractor and regardless of whether .hat person has emp_ iove °s. TIds includes but is not limited to independent contractors, subcontractors. 1cming companies, motor carriers, owner- operators, employees of any such entity, or employees of ally entity ft.r=: Ling persons to F erform services on the project. "Services" includes but is not Urnited NOTICE To CONTRACTORS - - * Revised 1/13/981 8/7198 tl:oa, ..`t4w scss etc tY .. /tau.-2.Q 2- '. i 3 i iB /I 10.1.0 html Page 2 of 7 de-•.-er 1ne ecu:a, tent cr 7 is_ cr providing Tabor, :ra lspe s;;cn or other e __ _ ? a t)rpl'� . e ^aces' does not i .�: de a =oo�- " "- - ndors, o`ce sL; ly dedveries. d ctr, :t :e� iated to the proiec:. _�ch;s P °nvery or - ortable toilets. the prc•.-Isien of al: services ;pis :ec to a buii%u -iQ or construction co :;:act for a tb) Pre�,a;r:z or :ausing to be provided a certinca :e o: coverage pursuant to this rule is a n rePrese::r' —K:c . by the insured that all employees cf insured wro are providing services on the Project :. -e cc-; eyed by workers` compensation coverage, that the coverage is based on proper replortirs of c;assuication codes and payroll amour. :s, and that all coverage agreements have been filed with Ul e appropriate insur2nce carrier or, in the case cfa self - insured, with the co of Self- ,.,sura_;ce Reguiatior Providing false or m.sle<.ding cer uEcates of coverage, Division 7 T to provide or maintain required coverage, or failing to report any c: nge that materially aue�,.sgthe provistoa of coverage may subject the contractor or other person providing services on the project to adn3irist. ve Penalties, criminal penalties, civil penaities, or other civil actions. (c) A gove.=n ental entire tr_at enters into a buildir.<^ or construct.=on contract on a project s,�vall: (1) induce ir. the bid specifications, all the provisiors or paragrap t (7) of this subsection, using the language re- ed by paragraph (Ti of this subset icn: ,'2) as parr of .`te contract_ using the language required by paragraph (7) of this subset ;'on, require &C contra— c- to perrorm as rest trod in subsection (d) of this section; 3) obtain, y crn the contractor a certificate of coverage for each person providing services on the project. ;.riot to that person beginning work on the project; (4) 0+ta n fi'om the contractor a new certificate of coverage showing extension of coverage: (A) before ti — end of the c-Ur eat coverage period, : L' e contractor's current certificate e: coverage showy that the coverage period ends during the duration of the project; and (B) no later t: n seven days airier the expiration of t'ae coverage for each other person providing Sees on the project whose current certificate snows that the coverage period ends during the duration of the project; (5) rMin c°.^tificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy or the ce: ,ideates of coverage to the commission upon request and to any person entitled -hem by law; are (7) use t7e ta, :t�tage container in the following Figure i for bid specifications and contracts. without any ad ition2 words or ch=zes, except those required to accommodate the specific document in which their pit contained or o impose stricter standards of documentation: T28S 1 I G 1 10(c)(7) tbI NOTICE TO CONTRACTCRS - 3 http :w, vU scs.stzte.tx us %tap UI I1 Revised 1/13/981 B/1 10 110 htrnl ease 3 of 7 8/7/98 j A contractor sh2E: provide coverage for its emnic ees providing services on a project, : t -e duration of the project wed on proper reposing of classirc�_.on codes and pa }Toil amounts an_d Y: 2 of any coverage -- greernents; provide a certificate of coverage showing workers' compensation coverage to the governmental -2. prior to beginning work or ^.e project; emir;, r. ^:or to the end of the coverage period. a new certificate of }provide the governmental e :average showing extension of coverage, if the coverage period shown on t e contractor's current :ertificate 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: -k) a certificate of coverage, prior to that person beginning work on the proiect, so the governmental 2:ztity will have on file certificates of coverage showing coverage for all persons providing services on r.e project; and B) 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 tbeduration of the,project; (5) retain all required cetificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the-contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project size informing all persons providing services on the project that they a: a required to be covered, and stating how a person may verify current coverage and report failure to prooide coverage. This notice does not satisfy other pasting 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 paint 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 comrnission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE " law requires that each person working on this site or providing services re!ated to this construction project must be covered by workers' compensation insurance. : 'is 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 -" "(-,all the Texas Workers Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employers failure -:o provide coverage." NOTICE :0 CONTRACTORS - B : tp: t /ww-w.sos. state. tx.usltac/28/P/I i 0!B/110.1 10.html Revised 1/13/98) 8n198 page 4 of 1 IA- - � 1'10 ® il 8) cc :..ac:i:aily re�u��e �wca c e :scn tiL :tr.1� et :: contracts :c "ovide services cn a "ro3ect to: A) pro de, coverage based on proper repordr,2- of classification codes and Dayroii ai.-.ounts and filing of att., coverage agree= !=s for of, s e nvicvees providing sernces en the prose..or the duration of the oroiec:; ( ) provide a cert.ifi=e coverage to the con actor prior to that person beginnim2 - ork on the vrQ (C) include in all contracts to pro -,de services cr. the project ;he ianguage in subsea en (e)(3) of this semo:l: (D) provide the contractor, prior to the end of -d-,e coverage period, a new certitic .e of coverage shoving extension of coverage, if the coverage period shown on the current cer=ca :e of coverage ends during the duration of the project; (E) obtain from each other person with whom ^ contras, and provide to the cog.:. *actor (i) s certificate of coverage, prior :o the other cc-son begin.^ �ng work on the proje� ; a.-:d (d) pnor to the end of the cover age 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 dusation of the project; (F) retain all required cerfificates of coverage on file for the duration of the project a. ^d for one year thelreafte: (G) notify the governmental entity in writing by certified mail or personal delivery, v�ithin ten days ai%r the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (ii) contractually require each other person with whom it contracs, to perform as required by subparamcaphs (A)-(M 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: (l) proving coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree --ents; (2) provide a certificate of coverage as requires by its contract to provide services en the project, prior -zo beginning work on the project; (3) have the following language m its contract to provide services on the project: " 5v signing dais cositract or providing or causing to be provided a certificate of coverage, the person signing this contras: is representing to the governmental entity that all employees of the person signittg this otttr�c who will provide services on the project will be covered by woriers' compensation coverage NOTICE TO CONTRACTORS - B Revised 1/13/98) 9/7/98 httpJ ; %.- .vw.sos. state. tx .us /tac/2S /II/11O/B /110.110.htnJ page S cf 7 - 1 .' - — 1 1 J nor L� t --,ration of project, that the cc,: erage will be based on proper reporting of classification codes and payroll =ounts, and that all coverage agree nerns -.will be filed with the appropriate insura..cc carrier or, the case of a self- irzu:red, with the commission's Division of Self- Insurance Ree iation. Providing false or misleading i:i--ormation may subject the contractor to administrative penaizes. criminal penalties, civil penalties. or other civil aczions_" (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current cetincate of coverage, a new certificate showing extension of coverage, if the coverage period shown on .he certificate of coverage ends during the duration of the proje ^; (5) obtain from each person providing services on a projen 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 duraion of the proje^; (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 knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper 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 :rue duration cf 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.rc.us/tac/28/II/I IOB /1 I0.1101tml NOTICE ro CONTRACTORS - B 817/98 ReV13ed 1/13/98) Page 6 of 7 I. , i IQ , i. duration of -tie ccntrac:. (F) retain till rewired :cs ()f coverage on nle for the duration of the project and for one year therear; er; (G) notifv the 2overnmentzi eniyty tifi in writing by cered mail or personal delivery, within ten days after the person knew or should have known, of any change that materiaiiy affects the provision of coverage of any person providing services on the project; and (FO contractually require each person with whom it contracts, to peribr::l as required by this subparagraph and subparagraphs (A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or cir=rnstance 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 buiiding 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 repaired by law to be advertised for bid (h) The coverage requirement is 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, § 4('j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Brill 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 ,hat is delivered, issued for deliver:; or renewed on or after January 1, 1996. Soumez Tire 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. Ret rn to Section IndeY NOTICE TO CONTRACTORS - B fittp: / /www sos.state.Musitac/28/II/1 10/B/1 10.110.html Revised 1/13/98) Paqe 7 of 7 8/7/98 PART A SPECIAL PROVISIONS MASTER CHANNEL 27 DRAINAGE IMPROVEMENTS (#k2263) SECTION A - SPECIAL PROVISIONS A -1 Tine and Place of Receiving Proposals /Pre -Bid Meetinc Sealed proposals wi;l be received in conformity with the official advertisement inviting bids for the Project. Proposals will be received in the office of the City Secretary, 1.�::cated .n tine irst floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, February 14, 2007 Proposals mailed should be addressed in the fnllowing manner:-: city of 'orpuE Christ-. "ity Secretary Office ,201 Leopard Street " ^orpus Christi, Texas 78401 ATTN: BID PROPOSAL - MASTER CHANNEL 27 DRAINAGE IMPROVEMBNTS A pre -bid meeting will be held on Tuesday, January 30, 2007, beginning at 2:00 p.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hau'_, 1201 Leopard Street, Corpus Christi, TX, and will be conducted by the City. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions wiLl govern. A -3k DeSeription of Project MASTER CHANNEL 27 DRAINAGE IMPROVEMENTS consists of construction of approximately 15,400 linear feet of storm water drainage improvements including approximately 173,224 cubic yards of channel excavation; 135,182 SF of reinforced concrete slope protection and safety end treatment (riprap); 7232 LF of new 5' -wide to 12' -wide reinforced concrete box culverts; 1472 LF of new 24" to 54" reinforced concrete storm sewer pipes, inlets and junction boxes; 1823 LF of new 6 ", 8", 10" and 12" PVC wastewater gravity lines and fiberglass manholes; 364 LF of new 8" and 12" PVC waterlines and appurtenances; minor pavement repairs and pavement markings; finish grading; topsoiling and seeding; and temporary traffic control; together with all appsrtenances; in accordance with the plans, specifications and contract documents.. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid )R 2 Total Base Bid p -us Additive Alternate No. 1 -OR- 3. Total Base Bid plus Additive Alternate No. 2 -OR- 4. Total Base Bid p us Additive Alternate No. 1 plus Additive Alternate No. 2. The City reserves the right ?-o reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public E%P§ANATi OF PROPOSAL Base Bid consists of all elements of the proposed work not specifically designated as an additive alternate or work to be performed by others. Additive Alternate No. i consists of providing approximately 1969 LF of 61x 6' Ad reinforced concrete precast liox culvert, junction box and post inlet risers for MC- "17 Lateral 'B' Section A - SP (Revised 12/15/04) Page 1 of 25 STAGE 4 • nstrucr paste—'at -r _r)ro,7rmeats a1 -onq Brooke Road (12" and 10" main, ?" later -i_ ! , r," se r,; an manho-' e7) • nstr ��� P,171 Avc , r ; 7 ? Lat -2ra1 'A' across Brooke Road. STAGE 5 • nstI ii: ma r,T - t r.-)m �- wid Field Road to Sta. 62 +05. STAGE 6 • :3:ickf. — xi�t_ g i -a_: _ge :itch olonq south side of Brooke Road from R. E ?_ t -r 63 nd ii-ade s� •.t h shoulder and parkway to drain to ,,I. -- 2 7 . STAGE 7 • 1'nstIW- ABI: 1C` :� R "h frcm eta. 62 +05 to Sta. 68 +70. m • Re -grade dral.age ditch c:, south side of Brooke Road from -eta. (;4�) - to ;ta. 68 ,0 * * 3atart of Phase 1 is delineated by the Notice to Proceed. Completion shall be based on satisfactory wore, completed in accordance with the plans, spr.., f1r_at r•I c t - r �,n' r,:�1 :io( umeritt:S and accepted by the City. From Start of Phase ** PHWE 2 - STA. 68 +70 to END 94 Calendar Days (Stages 8 and 9) STAGE 8 • nstrta t < -HHB 10' x ' K'Ii frorn Sta- 68 +70 to End of RCB. • R= gradE -x stag drai-:age �ttch -r south side of Brooke Road from a . 68+ 1 } t;- A i ri .ine -A. • fnstru(,t !rr_i;,age imp )vc,mc,nts at Ai r, ine Road/ Brooke Road intersection. S'T'AGE 9 • ^onst_ uc SIC- 2 , main -=,anre- from eta. 15 +06 to End of Project. ** Mart of Phase is delineated by satisfactory completion of the previous Phase. Completion shall be based on satisfactory work, completed in accordance with the pl.:na, spe-_f cap )ns, ani contract documents and accepted by the City. From Start of Phase ** PWE 3 - STA. 2 +00 to STA. 25 +70 * * *... 56 Calendar Days (Stages 10 and 11) STAGE 10 • �nstru MC -Z main - -- annc °l from Eta, 2 +00 to Sta. 22 +50 ±. STAGE 11 • C' <:>nst uc t, r.emp: rar °Y de . extend 9" waterline u • C. >nst -J C: elver-, • Kemove t �- +npora, y s± _rrc • R��mov <m,.o ra y d- t c _, -)ur )n west side of County Road 7B. ier !,reposed RCB culvert at County Road 7B. • ln?.y Ro, d 711, ,aat--- outfall installed in Stage 2. ar,l .0 1 temporary traffic control devices. * *Start of Phase is delineated by satisfactory completion of the previous Phase. Completion shall )`e based on satisfactory work, completed in accordance with the pl_.ns, specifications, an ` contract documents and accepted by the City. ** hase 3 may be constructed as soon as all drainage rights-of-way east of Count ad 7S have been acquired and a permit issued by the U.S. Army Corps of gineers has been obtained. Section A - SP (Revised 12115/04) Pace 3 of 25 From Start of Phase ** PHASE 4 — LATERAL 'A' 6 LATERAL 'B'.................... 70 Calendar Days (Stages 12 and 13) STAGE 12 • 1 o� istruct q,,srew =ter imt,rovicements at upstream end of MC -27 Lateral W. • orstruc� '+' 27 ateral 'A' STAGE 13 • if awarded, cons-.ruct MC -27 '.,iteral 'B' (Additive Alternate No. 1). • Re7iove al tempc,rary po:lu t on prevention controls. • Perform find! cleanup o- entire project site. • roject <_ 11- se- -011` * *Start of Phase is delineated by satisfactory completion of the previous Phase Colapletion shall be based nn satisfactory work, completed in accordance with the plans, Spec if :atiens, and :)ther contract documents and accepted by the City. Days Allocation for Rain: The Contractor shall anticiprt:e _he following number of work days lost due to rain in d4termining the contract s-heduie and for each phase of the contract. A rain day is c*f:_ned as any day in whirl; the amount of rain measured by the National Weather Service:, at the Power Street ,tormwater Pump Station is 0.50 inch or greater. No extens ;en of time will be considered until the expected number of rain days has been exceeded and the Er.gi;eer ha: agreed that the status of construction was such that there was an arrcact d,- triment -A rl- the construction schedule. Januar; 3 Day_ Add 4 Days September 7 Days Februa_ *y 3 Days Lune 4 Days October 4 Days March 2 Days 7uly 3 Days November 3 Days April 3 Day= = �uqu::t 4 Days December 3 Days This prc:ject .s cssenr_iaily , construction contract for a period of 372 Calendar Days, cs detailed elsewhere _n the contract documents. Damages for exceeding the total time al.lor_ted snal.l be independent of damages assessed for each phase, as described above. The Contractor =:hall ommence work within ten (10) calendar days after receipt of written notice from the Di :actor of Engineering Services or designee ( "City Engine(!r ") to proceed For each calendar day that any work remaiiis incomplete after the time specified in the Contract for comFle ten; ;)f the work for each phase and the total contract duration, or after suct_3 time z_!rioo as extended pursuant to other provisions of this Contract, $400.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that -he --ity wit; sustain from delay in completion of the Rork, v &— ch damages by their iatuie are not capable cf precise proof. The Director �f Engineer_ -nq ervi-es ((,i.y Engineer) may withhold and deduct from monies Oltherwise due th, Cornt;-aclor from the monthly pay estimates the amount of liquidated 7aruage- -!ue the �_t�i. A -7 Workers Compensation Insurance Coverage If the contractor's workers' compensation insurance coverage for its employees working on the Projec' is terminated or canceled for any reason, and replacement worker. <' compensation insurance coverage meeting the requirements of this Contract i� not i-; effect on -he effective ;late of >>ancellation of the workers' compensation insurance eoverag Lc oe repl�ceu, then any Contractor employee not covered by the require --d workers' compensation insurance coverage must not perform any work on the P. c ec* Section A - SP (Revised 12/15/04) Page 4 of 25 trtr.�rmore, t -,r ea h ale:idar aay including and after the effective date of nurmiK: tior on rant> ilatior or , he Contractor's workers' compensation insurance tee ve -age for is employees working on the Project until the date replacement wcrke,t ' ecmpen > >aticr irisura.ice . verage, meeting the requirements of this Contract, it in ;effect_ f r 7h-se unt : act. r employees, liquidated damages will be assessed r air ,� and 1 i:i d by ;he C-rit _ acts! at the highest daily rate elsewhere specified in `pis 'c:ntra�t. u r iiquidar d i.anurges will accumulate without notice from the City F, =,gif_ec-r to thF- cntract"r a:d w be assessed and paid even if the permitted time _ c"r'i( -(.ete 1h, .. , c—ct lov ,:. VA • -XIC rec., a rdance - th Lher z- yilr"ments c. -his Contract, the Contractor shall not- Perm: subc oL acts_ or Alers tc work in the Project unless all such indiv_duals on tt.c r o k � n •ieit d by workers' compensation insurance and unless the _--qu, -,.d dcciMur, tat-- n -h c:� -r Page ins been provided to the Contractor and the i ty Wginee:: A -8 Faxed Proposals Proposals faxed dire -:tly t �_he ity will be considered non-responsive- Proposals most c"ntain n igina sifinal ire=- and guaranty and be submitted in accordance with section B -2 rd the C-nera "OVIF ions - A -4 Acknowledgment of Addenda _ Pfe _ untractc >z shah acknowledge receipt of all addenda received in the appropriate glade €"ovi.ded in t ke prop . isal - Failure to do so wilt be interpreted as non - receipt. Since addenda car have significant impact on the proposal, failure to knowledge re,:eipt, and :i <ubsequent interpretation of non- receipt, could have an 3 .vex ;- effec- when tetermii : nq thE? lowest responsible bidder. A -10 Wage Rates ;Rc ised � /O- r L. boy preference ant_- age rates for Construction Type(s): Heavy. ,• -- c�-- 4r- t�.,rT- +.mot, Gen- �µ�- :�-.,- •tee- l�q -kter- wage- . -.zat� Minimum Prevar:`n Wa e S'a - O'S The Corpus Christi :rty C: un -i1 has determined the general prevailing minimum hourly wage rates for Nuecrz Count:, Texas as set out in Part C. The Contractor and any rlbcontraetor *rust not pay less than the specified wage rates to all laborers, wcxkmen, and mechanics emp_>yed by then, in the execution of the Contract. The Contractor or subconiractor ,hall forfeit sixty dollars ($60.00) per calendar day, perr.ion thereof, for Back laburer, workman, or mechanic employed, if such person paic less than the specified rites for the classification of work performed. The 4 nt•a tar ara teach - ubcnwtr oN : must keep an accurate record showing the names and ciasSet Mat i_ons of all 10 re", workmen, and mechanics employed by them in .:.nn*t-r.ion wi°h the Jro ect -end showing the actual wages paid to each worker. The cntractc.r wiK make : i we-ek!y certified payrotI submittals to the City Engineer. The ontrictor wail nis, obtain copies of such certified payrolls from 1 . Anont , a ­ cq: aid other _ wc,y king on the Project. These documents will also be ubm,,,ed �: 'Yt_ !y Eng gee- hi - weakly. (See section for Minority /Minority Businens Enterpline _fart ,:ii,aticn Pnl icy for additiona, requirements concerning the proper form am! ec n, nt -- ' !r(:_, _ ay roll submittals.) One 3nA one -ha y , 1�-) tires the specified hourly wage must be paid for all hours workei in excess of 0 h;try A my one week and for all hours worked on Sundays or 04i da j S. "- Sow ,op B i L, - Detinit,on of Terms ", and Section B -7 -6, "Working Hours" F Section A - SP (Revised 12/15/09) Page 5 of 25 A -1 Cogperation with Public _ Agencies (Revised "1/5!00) The Contractor ha�1 •ooneratf' with all public and private agencies with facilities )peral (48 withr the limits the Project. The Contractor shall provide a forty- to any applicable agency when work is anticipated to proceed n ttc. .ficini y c..f a y facil_ +y r} usinq DIG TESS at 1 -800- 344 -8377, the Lone Star Not if c,lion Company t 1-800 6691 H344, ar.d the Southwestern Bell Locate Group at I- •CC -3;4 7233. �'or r} Co is or convenience, the following telephone numbers are t Eng1r,e. er Project El;ginee: ... 826 -3500 ... -31E Pro3ect F,nWneer, 1 -nn.; L. E.3500 Mi11er, P. Maverick Er;::.ineerir;o, �- -... streets h Solid Waste : ....289 -1385 fax: 289 -0712 -ry es °raffic Er(,inee 826 -1970 )c lice Der artmer t 826 -3540 _ ... 4ater Departmerr .. _ . 882 -1911 . -.. Wastewater Sery ces Department 857 -1880 (826 -3190 after hours) .... Gas Department 857 -1818 (826 -3140 after hours) ..... t,rm Water De p�rtmDep ....885 -6900 (885 -6900 after hours) ;arks & Recreation Depa- tme-�t _..857 -1881 (826 -3140 after hours) ..........826 American ^iectr.. Power AEP) -3961 ..... 299 -4833 (693 -9494 :euthwestern Re.', Teiep',�ne '>_ opr is Lo (SI1C) ..881 -2511 after (1- 800 - 824 -4424 after hours) hours) ableviFio•.r ca; e _ ... 85 -1 -1946 857 -1960 �C.� (Faber Opt_:) .- Ch31 Wsion Opt 857 -5000 (857 -5060 after hours) ; A -13 Araa Access and Traffic Control Stiff :, lent tranic cantro reasures must be used to assure a safe condition and to prav:le a mir r_ n of incon enier,- to motorists and the public. All- weather access must be prcvi(ied t:_� <Ill res .en ~s and businesses at all times during construction. The C,_)r.tractor must Lirovide t:emccrary driveways and /or roads of approved material lure nq wet went her, The �.or t ractor must maintain a stockpile of suitable mat eria- r: th, � Project -ite ~o greet *he -'emands ` i =-,clement weather. "he a.tractc, will cue r_lu- ed to schedule his operations so as to cause minimum adverse impaci cn thF access:bii °y cf adjoining properties. This may include, but :n not limited tc, �ork_nq driveways i_r: half widths, construction of temporary ramps etc. h (,-r:tracter shah comp y wit r, the City of Corpus Christ-I's Uniform Barricading Standards and Fra:t :ce.s as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall. _ -ure the necessary permit tom the Cillv's Traffic Engineering Department. A -1+ Cogetruction Equipment Spillage and Tracking The Contractor :,hall_ keep the ad-:oining streets free of tracked and /or spilled materials going to wE from the Lonstruction area. Hand labor and /or mechanical tWiPment must be e -d where necessary tc, keep these roadways clear of job - related Tea erials. S:�ch w•,. k must hr completed without any increase in the Contract price. t eets and urb rimes mall to cieanel at the end of the work day or more qu ant.ly, i t necF .: ary. - pinvent material. from washing into the storm sewer syster,. No visible eaters_: tha, could be washed into storm sewers is allowed to remair -,n the PrAnct si`< ac _?nvnq rtreets. A -15 Ea(mvation and Removals 'he excavated areas behind curbs and acj.acent to sidewalks and driveways must be filed with nnear," dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of orass when applied with seed /sod and fertilizer. The lirt must be free of lebris, -alic-he, asphalt, concrete and any other material that Jet ra_-t° from i appear anCe )r tampers the growth of grass. yl exi :-sting oncrete and -3sl?natt within the limits of the Project must be removed in,esa %therwisa note i. necessary remova;s inci uding but no, Limited to pipe, driveways, sidewalks, are to be considered subsidiary to the various bid items; therefore, no direct 1M Y7tmert wiIJ be made o ' he )nt ractor_ A -16 Disposal /Salva a of Materials Excess excavated material, ;;Token aspha_t, concrete, broken culverts and other snwant.ed material becomes th" property of the Contractor and must be removed from the sits- by the Contractor. The cost of all hauling is considered subsidiary; therefore, no i rect vayment •-gill t,e made to the Contractor. A -17 Field Office to C.w! ractor .must tirnish -he ity Engineer or his representative with a field Otficr -t the constructicr: site. The field office must contain at least 120 square -er�t t_:± =rseable space- 71-io: f -eld �ffi.ce must be air- conditioned and heated and must to furn,shed Wit an `inciLnel table that measures at least 30" x 60" and two (2) r hairs, The Contractor shat; move the field office on the site as required by the Cjty Engineer or his repr sectative. The field office must be furnished with a telephone (with 4 -hurr per day nnswering service) and FAX machine paid for by the nrtra- tor. There is no :epzarato pay item for the field office. Section A - r,P (Revised 12/15/04) Page 7 of 25 A -18 Schedule and Sequence of Construction fc m-i,imize i _orrvenience tc, the general public and to minimize their exposure to iarger)is condi T ions, the Cortracc,: >r will be required to follow tight scheduling for onstru -tion 3n w -lr be raclt._red r-o meet deadlines for completion of each phase of orstru.Lion .,n blow. Fie pru;ect has been divided into four (9) phases. The c ,tz r or s + rc,,l tc �_,�ri le _ <. each phase before proceeding to any other phase, t?-,e City Engineer to deviate from the e Sue c of c r r: rru(, ion me .uratior Tor construction is allocated for each r)h�Ise if t_hQ -i rk any pr.- sE nc;t � mplete as shown below, liquidated damages :ai.l .e assessel ter .pack r th. r the work is not completed. Time duration for each phase is not transferable, if liquidated damages are charged due to failure to complete any phase within the stipulated time duration, liquidated damages for those excessive days will not be charged again at the completion of the project. Phe wu =�xi.ng time for omplet,i n o' ` -he entire Project will be 392 calendar days_ No additional time will be allotted for any Additive Alternate. '�hc Cc,ntract(, _ tall : ubmit r tt.0 'ity Engineer a work plan based on calendar days for construct-ori of the entire project and broken down into construction stages for each phase. ',h s p1af mus- Q. >tai. ;.he 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 E* lea.�t three workinc da s prior to the pre- construction meeting. The Contractor shall furnish a Construction Schedule for the following phases of work. C +etaile esrr oticns Crawi n!,s f s phase:; and stages are provided on the contract - From Day One* PHASJ 1 - STA. 25 +70 to STA. 68 +70.. 172 Calendar Days (Stages 1 thru 7) STAGE 1 • Gear_ brusl aloncx south _side Brooke Road from C.R. 7B to Sta. 63 +00 ±. STAGE 2 • Ck nstruct MC -27 ;*gain cha-.ned -.rum St::,. 25 +70 to Sta. 48 +00 ±. • P_c�vide temporar,, outfal -l. fc:�r storm water runoff from west side of C.R. 7B t<, wetland area n east ide :)f roadway, and provide temporary pumping of .storm water runoff acros C.R. 7B by means of one or more automatically - a =1 vated el.ectrI pumps ( "Cr,rical �'ilenced" type) . STAGE 3 • 3A Constrtj temr_)orary 3etour on west side of Rodd Field Road. Constru -t east: half f RC'FS ' :7111vert at Rodd Field Road. • 3D Construct temporary •ietour on east side of Rodd Field Road. - Constru r wes- half f RUB culvert al Rodd Field Road. STAGE 4 • C,_ n: true w:3stewa :er i;np: , ven< <rr.t_s a i c;nq Brooke Road (12" and 10" main, 8°° laterals. 6 ���rvi� :,_ ,_�rd manholes) • Construe RCB cul.-ert fo; MC- _ Lateral 'A' across Brooke Road. STAGE 5 • Cc:in trust IM: 2—, m -;in char ;el from Rod Field Road to Sta. 62 +05. Section A - SP (Revised 12/15/04) Page 8 of 25 SWAGE 6 • 3ackfrl__ - �xist - rlg drainage ditch along south side of Brooke Road from R. `B Sti 6'�+00- .and crrade south shoulder and parkway to drain to 14, 27 STAGE 7 • cnstn,r' -EEi 10` :_ Rg:_f from bra. 62 +05 to Sta. 68 +70. i Re -grade drainage -;itch on south side of Brooke Road from a. 6'; r,r Yc tU. 6(A C. * Start of Phase 1 is delineated by the Notice to Proceed.. Completion shall be ba5zpd on satisfactory work, completed in accordance with the plans, spe- ficat r', ar ± other or.tract dccuments and accepted by the City. From Start of Phase ** PH WE 2 - STA, 68 +70 to END. 94 Calendar Days (Stitges 8 and 9) STAGE 8 • _:cnstruct -BBL 10' x RC3 from Sta. 68 +70 to End of RCB. • Re -grade existing dra -I qe *;h on south side of Brooke Road from to A-rline R;:. • 'cnstruct Train. -ge impr..vements at firi:ne Road / Brooke Road intersection. STAGE 9 • Construct MC -27 ma.r. channe from St a. 'S +06 to End of Project. * *Start of Phase is delineated by satisfactory completion of the previous Phase COnpletlon shall be based -n satisfactory work, completed in accordance with the 31dr Spec: +ica'i ns, and ')then ontract documents and accepted by the City. From Start of Phase ** P 3 STA. 2 +00 to STA. 25 +70 * * * .................,. 56 Calendar Days (Stages 10 and-TIT — STAGE 10 • onstriict IC -17 'nain ch, =nnc� from Sta. 2+00 to Sta. 22 +50 ±. STAGE 11 • �_%nstruct = empor.ary det: >ur un west side of County Road 7B. • Fxtend 8" waterline undo °r proposed RCB culvert at County Road 7B. • 'onstruct RCB culvert at County Road 7B. • Remove temporary storm water outfall installed in Stage 2. • Remove temporar, detour and all temporary traffic control devices. **SAprt of Phase is dellineated mP previous Phase by satisfacto ry completion of the r'dmpletion shall be based ­n satisfactory work, completed in accordance with the clan 1, spec• f -at',, -,s, and )th-i contract documents and accepted by the City. * ** Phase 3 say be constructed as soon as all drainage rights-of-way east of R d 7$ ave been aSW red and a permit issued by the U.S. A___ Coz-ps of From Start of Phase ** P 9 - LATERAL 'A' & LATERAL 'B' .... 70 Calendar Days (tAVe ss is 2 ana—i 3)__ - -_ STAGE 12 •,>r..struct r Ste,w.iter mfrov «ar.ents at upstream end of MC -27 Lateral 'A'. • r =strt,ct "C -z ` d i r ai 1 A' Section A - SP (Revised 12/15/04) Page 9 of 25 STAGE 13 • . I awarded, c o n_ _ r u c t, M i,aterai 'B' (Additive Alternate No. 1). • k'r-love all I.einpl rary pl- prev(-ntion controls. • Perform a r i p ejl re project site. * *Sjkart of Phase is delineated by satisfactory completion of the previous Phase. ,onj J(,t-ion shall be based -n satisfactcry work, completed in accordance with the spec, Is, :-ontract documents and accepted by the City. P: mur.t also f the following work items: the C-ty Engineer three (3) days prior to the re - Mee-t-ii­j; ar !"Ltial Construction Progress Schedule for review. -'lams _11tc) -Include. w mplete sequence of construction by activity, f"entifving WoIIL of phases and other logically grouped activities. �Ientjfll,, flrst 40r dalif A each week - ,ubmitta_i Dates. [ n c I i if-e 51ibmittal dates required for all submittals for the entire project. r(f- Suomi `ion: rev se no r_,submil, as required by the City Engineer. Monthly Update: Sucmi'._ Updated Construction Progress Schedule to show actual f)togress cf eac! phas(, 7,y f­r-_,entaq(, aqainst initial Schedule. 7 's mear,ir:a and intent. f this Conti-act that the Contractor shall be allowed pro-4.ecute his work at sucl-- times and seasons in such order or precedence and in SUCh manner as shall Ise the iicsf conducive to economy of construction, subject to t he f( -''...jwing (, nditi rls- schedui'e of constru.tic,ji shall be structured to meet all requirements of Section A-6 "Time of Completion/Liquidated Damages" and as noted above. schedule of constrii-ti,c.n shall not conflict with any provision of the ctitract Locumerts, anc al s, that when the City is having other work done, --t her by �:j t, City forces, the City Engineer may direct the time mari(rr ,f c_o!Istrj(2t_In9 the work done under this Contract so that conflicts be avoided ind the onstruction, of various works being done for the City a r., -i -Id s essertia.: t-o maintaining public safety and flow of traffic. Contra ' --tor siiall be aware of other construction projects occurring in the r,ra and shal i -,-: �ordirial, t scheduling, traffic control, maintenance of services r " st- -f ­--e — with ,thee contractors. :;tractor 3ha 1 — coord-I,,iatc and cooperate with the City for construction �­"-iedui ing and -raffi(-- L­ntioi modifications for special events that will c -ur duri,lo th(i perj. )d )f the Contract. A­19 Construct-ion Proi22t �La out and Control Ti'ie drawings may depict but n(t necessary include: Lines, slopes, grades, sections, me -ae !uremonts, henc4mar�,s, etc. *hat are normally required to construct a Pr�-, ec, f ty],:; M,1 , ;I r ;,, trols ii-c. two (2) ben ­Imal ks, required for project layout, will be provided n,y the -Fty or I")r,sIJlt,Jnt 7)-„ �,ct Fr(linee.r "'he Co; t act.) r i-,- -1 Urriish al fines, slopes and measurements necessary for ro1 f tl:(,-- du necessary to disturb or destroy a control point. or _:E,r:c hmo r- L the a(` or shad .1 provide th- City or Consultant Project Engineer 48 'I (, t, , , ice --s t h a I I t e r na I points can be established by the City or Section A - SP (Rev'-sed 12115104; Page 10 of 25 )n6_1 ant E = ngru,'er as =,ecessary, at no cost- to the Contractor. Control p )irc_s or to c hmark- damagE­i j� a resu�t of the Contractor's negligence will be rest, %rid t;v y r cr ;Irant !rc }ect Engineer at the expense the and at all intersections. Wastewater: .of r, = wha.ev.r ?F,,on, at manholes; sary t deviate from proposed line and grade to p ap r_y exec a t t w(, rk, rhC �,- �n *._ract or shall obtain approval of the City or `�)n ;P•ant P .ct L,ginee- Pr. r to deviation. if, In the opinion of the City or .' ns r i t ant P )F ct he r- F rngineer , th(= n qu i rec deviation would necessitate a revision to ,wings and flow line) (TYDC)T and RR its) provide supporting measurements as required for e y t 1: t aez revise the drawings. Tt e -o:.tractc snai ! tit- r re t—rence all valves and manholes, both existing and proposed, fo_ �he p1,�pose �_ _ - 3d-iusting valves and manholes at the completion of the pavir;c, procE -�, -: = The contract shat pr , -<:r the following certification for documentation and V r.iY.caticn comp ian_(,, ith the Contract Documents, plans and specifications.. Said ,x)mpliance cent ificati>n 5ha11 be provided and prepared by a Third Party 1­4ef�r-ftelefA- Rec i ster. -d E r f t- s i , ;a t Land Surveyor (R. F. L. S. ) licensed in the State A Texas, re# } -r F , y e (,ontractor. The R. P. L. S. shall be apprc :ed by ne ('t; pr work. Any discrepancies shall be noted by the Y er R.P L.S All _-(rtifv compliance to any regulatory permits. ccllow1ng is tle min mun >f documentation required: Streets- Trust A, , _:__ by a recognized testing laboratory • �trtl.e i��zr� _- bO-4 �, e7€—_tr -eet- on a 200' interval; • Street crowns ors :_, 200 1 and at all intersections. Wastewater: laboratory testing • All rim /invert elevations at manholes; • Ai intersecting tines in manholes; • Casing elevations (top oipE and flow line) 4TA99^ afid Dn p Water: done over after • All ' op c,f been .. ; - - - -Va 1- --- e -3iiis and • Casing eieva`ioris top and flow line) (TYDC)T and RR its) Stormwater: • Ali rim /invert elevations at manholes; • All -intersecting i:nes ii • FlowliAe elevations at upstream and downstream ends of box culverts; • Flowline elevations at all �- "chha" nnel and/or box � c -ul vert confluences; 6Pr and -flew .=i �_/TX DO t and R ' t A -20: Testing and Certification Ail tc:;rs required unc;er rhi�_ i!e1,n Trust bu done by a recognized testing laboratory selected by the City Fnglrleer Tt.f, cost of the laboratory testing will be borne by the CA`"'. In, l hf- F,,­nt rha an\ test fails, that test must be done over after co' re" ve measLxes r._ _ive Cortra been .aker), and t -tie c,>st of retesting will be borne by the "tor and ceductc d f c_,m ? he r:ayment .o the Contractor. The Contractor n.0 t provide w11 applicable certifications to the City Engineer. Section A - SP (Revised 12/15/04) Page 11 of 25 A -22 Project Sins "t <- Contractor must rurni,h 3n(i install two (2) Project signs as indicated in t.r ac} mr r:t ";,e i ins mus- be nstalled before construction begins and will be 11 -Lnt —i ed throughout the Pr­)ect period by the Contractor. The locations of the 11 be .le,term ed :_n ` he f i el (3 by the City Engineer. A_22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) Pr lic" t is the po.ii_d of th,- Ci_y of Corpus Christi that maximum opportunity is if forded rr :inorit�es, women and Minority Business Enterprises to participate in Ye performance of ccntracts awarded by the City of Corpus Christi in support Equal Employment. Oppt,rtur_ty goals and objectives of the Affirmative Action c_icy St-temen, of the -if dated October 1989, and any amendments thereto. "r accordance w _th suci3 po i- icy, the Ci ty has established goals, as stated _,erein, both for minority and females participation by trade and for Minority Pusiness Enterprise. efinitions Prrme Coiitractor : any person, firm, partnership, corporation, association or joint ierture as herein provided which has been awarded a - i , y, - :ont _' act.. Subcontra(: 1or: �.ny named person, firm, partnership, corporation, association, or- j•)int venture as herein identified as providing work, abor, services, >uppies, equipment, materials or any combination of *.he ~r•rego:ng undE,, contract with a prime contractor on a City contract. Minority B.siness Enterprise: A business enterprise that is owned and controlled by one ,r more minority person(s) . Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan '4atives, and Asians or Pacific Islanders. For the purposes f this ,ect on, women are also considered as minorities. Minority person(s? must collectively own, operate and /or actively manage, ani share in payments from such an enterprise in the manner here- r -aftE set: f t:h: Dwnri (a' For a -ole _Proprietorship to be deemed a minority business ent -E -rf :rise, it mus'= be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0, f thrt asset: or interest in the partnership property must b= owned by one or more minority person(s). ;c) For an enterprise doing business as a corporation, at least 51.0o f the assets or interest in the corporate shares mint b own—I by ofte or more minority person(s). <' onti gilled Phe primary pow(,,-, )r indirect, to manage a business enterprise r>sts with a minority person (s) 3. Share in Payments Minor:ty part"-ers, proprietor or stockholders, of the enterprise, as th- case may be, must be f-�ntitled to receive 51.0% or more of he 7 otal rofi.i.s, bonuses, dividends, interest payments, "Or m-l;sior,s, Consulting fees, rents, procurement, and subcontract Payments, an(- arry, ,ther monetary distribution paid by the business ent erc>ri se Section A - SP (Revised 12/15/04) Paqe 12 of 25 >ais M r:r�ty �t „J iri ion under Minority Business Enterprise. Frr«ie _awned usiness Enterprise: A sole proprietorship that is owned r` Introll ^ h a woman, a partnership at least 51.0o of whose assets part;ersni ntcrests are owned by one or more women, or a 1 : r.,t ;:gin a *•. l• is 0% of whose assets or interests in the corporate = eu hV ne or rii --re women_ nt `v'c ,ture �A . � nt vei -ure means an association of two or more FFr;nns, oari- ner; hip <, corporations, or any combination thereof, founded t -t on y , ugl business activity which is limited in scope and re-t -he iegrae to which a joint venture may satisfy the stated v'Ni :10 i i _-ant ,_� cee-7 the proportionate interest of the MBE as a member , ie j,int_ :yen ure in the work to be performed by the joint venture. l:r =�x.,m Ie, int venture which is to perform 50.0% of the contract. if and :n which a minority joint venture partner has a 50.0 t shall!. deemed equivalent to having minority participation in f the .qo- ;. Minorit,, members of the joint venture must have �: rh''r t narrri -i , mar:agerial, or technical skills in the work to be Toe goa.. fa participation by minorities and Minority Business E .terpri,:�s exprr-- .ise:-i in percentage terms for the Contractor's aggregate w,_rk fir e .,,. 11 •rst_ ruction work for the Contract award are as f i 1 w,,: ity i=ar .ci1,,t on Minority Business Enterprise (Ile",, e:i) Participation (Percent) 45 * 15 % "'f - aoais a.e pplicabie Lc all the construction work (regardless of f.eA;a_ F.art.cip�tjcl,; performed in the Contract, including approved ca�.le der S. 'he fours of minority employment must be substantially uii17 rn *hrougho ;it the length of the Contract and in each trade. The _.ransfer :-)f minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's per -,entage is cr- ,hibited. ` 'PTI a 1 Up:,r, comi­etion �i thva project, a final breakdown of MBE participation, sut- tarrt:i:Aed !Dy copies of paid invoices, shall be submitted by the '.­ !aul< t %, the Ci -y Eriginear. :on�-actor hali make bj -- weekly payroll submittals to the City Enq.r,eer. The Contractor is to indicate the percent of minority and femae participation, by trade, which has been utilized on the Project. wit'. the re-,ues, "or final payment on the Project, the Contractor ind_ -ate, 1 , wi i Ling, the overall participation in these areas phi h tea -,, bee -: ichif -gyred. The City Engineer may withhold monthly or ` ayment: 'r,e Cont> actor for failure to submit bi- weekly 1 >� s in i imely fashion _,r to submit overall participation r7rt. n i %uired. A -23 lnsyection Required kt Viski,, !i 5/00? (NOT USED) E-E nt aetc� Safi _cam e -he building ias-peetiens by- t:he -Btii J!-ng rird must -Obtain-the i the -General is kre a ended -gin thab i 3e Ee b ae�e� F++r`'.. -•" >�i.V. -a -.3.._. -E-E '.= -i3F3f-f- eba3r C-`E-I- evE -ed by the City's i ing r....etie_ n____t___. Section A - SP (Revised 12/15/09) Page 13 of 25 A -24 Surety Bonds = aragraph two of >ecr;Dr, ?3 S >f the General Provisions is changed to read as 'o'lows "No surety wsiJ be accepted by the city from any Surety Company who is now in lefaul t r deli ,rquer,, -, any bonds or who has an interest in any litigation 3�iainst r� ° -•,, A, bo. ds must be i -ssued by an approved Surety Company thori<ed t_c bL ne:s it the St.ite of Texas. If performance and payment ends ale in ar. amourt in ex� -�ess of ten percent (10 %) of the Surety Company's apital :rid _rtrplus, th'- Surety Company shall provide certification tisfactcry to the .; A`.tcrney ghat the Surety Company has reinsured the rx_•rticn the bond r,>>u,t 'hat exceeds ten p ercent ccmpany' apzt>;l n .d r us with reinsures (s) authorized t)o do b si to do he Stat( I rex.is. Ph" amp—it- of the bond reinsured by any reinsurer may not xceed ten perce t 17 of the rein,�urer.'s capital and surplus. For purposes -f this E'Ctior., the irr. uni A allowed capital and surplus will be verified through <he ,t�i7-e Roarrj Insurance as of the date of the last annual t.rtutor} '!inar.ciai statement of the Surety Company or reinsurer authorized ..,i admi t .:y t o ie si; e•s i„ t -he State of Texas. The Surety shall designate r. agent aho S- a res €den, of Nueces County, Texas. Each bond x�: � F cuted t,y he C�rtre.t and the: Surety. or must be contracts in excess be 1')0,000 the bord must : e e sited oy a Surety company that is certified by rho United State, Secret,.ry _f the Treasury or must obtain reinsurance for any liability in ex:- es ()f ,10',000 from a reinsurer that is certified by the n ted 3t es ecrerar the Treasury and that meets all the above eduiremen,s. Tt.e in tr r c, re usurer must be listed in the Federal Register is holding cep r i a," f sUthorit, on the date the bond was issued." A -25 Sales Tax Ex txon (NO LONGER APPLICABLE) (6/11/98) ;See 6-- . > -o• -- -fix - b deleted _ j:eBs Of Sales, Bifeist,, and YsE� Taxes unless the Cent-iaeter- "C1� :A�itnpfe�rerne?�s E-e -- - <-���- r�al�-- ar- �F...j.�- �- � +�ar�;s-- .:.,�;.- the F�gtre�e� --e-€ ate gaee —�= the , 8 t aL,m�cxt €ems- the ee_�t�rT mate`s; A r ems= 4— Tv cc -ei r33ff c- i Section A - SP (Revised 12/15/04) Page 14 of 25 A -26 Supplemental Insurance Requirements s N ir�rranc =_� overage pr: ;i,Lded Ili accordance with Section B -6 -11 of the nee y Prcv_ he x± r .n t r shai- obtain an endorsement to the applicable - 3,:neo by 'he .usurer, stating: , the cancellation :)r material change that reduces or restricts the sur,:r:r :f * _ r ied c,y :r overage par" each insurer covenants to mail prior .ritter �_ti�rF of �ncellati =an or r,aterial change to: Nnr,e: of -orpus Christi Engineering Services Department i�t t r (' )r.tracts Adm..nistrator ontractcr agrees t: i.,demn -ify, save harmless and defend the City, its agents, ervant:;, and employees, and each of them against and hold it and them :,armless from ,any and -.11 :awsuits, claims, demands, liabilities, losses and xper,se ncl.ading c_ :rt: ,_;ts and attorneys' fees, for or on account of any njury t; any I- erson, r ar -, death at any time resulting from such injury, or r,y damage tc ny projerty, which may arise or which may be alleged to have arisen ., >f r ne,.tion wit +r the work covered by this Contract. The )rego_r.c- rrialc-inity -311 Apply excep *- if such injury, death or damage is aused ,1__rect:, by tn, negligence or other fault of the City, its agents, -ervart�. ai 3,)y persrrn indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) i-t'¢._.E -- Se*y- F- ?-v-Fr °- ��i- -z -Tt:c- General: P-revis-±ens�3 trae 4 mom, �rc�v+ 4e k de s - R i 9 k er 1n94�a11atien F-le: trrTTstiar t.'. ve-f.3fiE` 4e-1 ._t 'tL ' -$.4 Ar -.E _4 Fiie Gentrae:� . ;..aa 44� r,�eraept F-rr,te+4-- ai= weriESudAder s Risk er- inst-a-Ilatien Floater er�GragE ;asl. t e aEr ,,A i C� -#< trator must pay all ,.as s neeessar R±sle e-r Mien- Fleater- i , - .YVTaCS2 -I I,p'- any The =-i c:_1 -�. :_._ T# ;e r F313 -eiE�; fir- said- �r- �r�=��rar3e��e= Section A - SP (Revised 12/15/09) Page 15 of 25 F aore�s i .G. liox 9277 _ C;rpus 7-hrist.,, Texas 78469 -9277 Number .:f ice: advance notice: 30 The C_.r'_ractor shali arovide -o the City Engineer the signed endorsements, or copies ,here r;` certd f ed by the tna:,rer, within thirty (30) calendar days after the date he t r' Engineer re-iue ,-> t at -he Contractor sign the Contract Documents. Within. _hirty •,30) calendar lays after the date the City Engineer requests that the c'c.nt� _or sign the Cor:tr,a� t C)„cuments, the Contractor shall provide the City k' :-,gin e'r Witt, . 1� r f­-are _)f assurance certifying that the Contractor provides ,c rka c ,mpen; a'- i n -,s u: in c - - overage for all employees of the Contractor �rp1 d or, th. �'r ct 1<.: -c ; rtE� 7 in the Con, -race. ah insul )nce overagE pr:_v.ded in accordance with Section B -6 -11 of the �rner -� -i Prcvz he Cog mete, shall obtain an endorsement to the applicable rSn. -e re F<> lned t,ti tn(l iriFurer. ;toting that the City is an additional insu _, unde° khe surance Po] c-y. The city need not be named as additional r su' - -c on We w cr' .2 ompensa' is r, .overage: . irc r ;r tract_u : l at; ­li t w iu sur<,r,ce coverage obtained in accordance with Section B -6 -1 ! (a) of tt;;, 3e,,eral Pr= VIS_OnS, the Contractor shall obtain an endorsement to F is_ c verage etatir,c: ontractcr agrees t: i.,demn -ify, save harmless and defend the City, its agents, ervant:;, and employees, and each of them against and hold it and them :,armless from ,any and -.11 :awsuits, claims, demands, liabilities, losses and xper,se ncl.ading c_ :rt: ,_;ts and attorneys' fees, for or on account of any njury t; any I- erson, r ar -, death at any time resulting from such injury, or r,y damage tc ny projerty, which may arise or which may be alleged to have arisen ., >f r ne,.tion wit +r the work covered by this Contract. The )rego_r.c- rrialc-inity -311 Apply excep *- if such injury, death or damage is aused ,1__rect:, by tn, negligence or other fault of the City, its agents, -ervart�. ai 3,)y persrrn indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED) i-t'¢._.E -- Se*y- F- ?-v-Fr °- ��i- -z -Tt:c- General: P-revis-±ens�3 trae 4 mom, �rc�v+ 4e k de s - R i 9 k er 1n94�a11atien F-le: trrTTstiar t.'. ve-f.3fiE` 4e-1 ._t 'tL ' -$.4 Ar -.E _4 Fiie Gentrae:� . ;..aa 44� r,�eraept F-rr,te+4-- ai= weriESudAder s Risk er- inst-a-Ilatien Floater er�GragE ;asl. t e aEr ,,A i C� -#< trator must pay all ,.as s neeessar R±sle e-r Mien- Fleater- i , - .YVTaCS2 -I I,p'- any The =-i c:_1 -�. :_._ T# ;e r F313 -eiE�; fir- said- �r- �r�=��rar3e��e= Section A - SP (Revised 12/15/09) Page 15 of 25 A -28 Ceeiderations for Contract Award and Execution o allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, Engineer m� —ree- *In order to expedite the A /E's recommendations for award, Bidders are to Provide the requested information with their Proposal. 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 late c the release of the lien. If any such lien has not been released, the t;idder shall state why the claim has not been paid; and Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim bas not I"eer. paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -291 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the city Engineer. The criteria upon which the City Engineer makes this determination may include the following: *In order to expedite the A /E's recommendations for award, Bidders are to provide the requested information with their Proposal. 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 the submittal process, federal and state wage rate requirements, and City (ontract close -out procedures. The superintendent shall be present, on the job Site, at all times that work is being performed. 2_ Foremen, if utilized, shall have at Least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. 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 Writtast approval of field administration staff is a prerequisite to the City Engizter's obligation to execute a contract for this Project. If such approval is not captained, the award may be rescinded. Further, such written approval is also necessan} 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 basi.stn annul the Contract pursuant to Section B -7 -13 of the General Provisions. Section A - SP (Revised 12/15/04) Page 16 of 25 A -30 AMaded "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B -3 -1 "Consideration of Contract ", add the following text: n F1 r] ti _.. Q TZ-czC- �` *In order to expedite the A /E's recommendations for award, Bidders are to Provide the requested information with their Proposal. A list of the major :components of the work; A list of the products =. -o be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration; 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 MEE firms, that such MBE guidelines contained herein firms meet the . Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible; E >- A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work The City Engineer retains the right to approve all subcontractors that will Perform work on the Project. The Contractor shall obtain written approval by 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 giver: if the replacement of the subcontractor will result in an increase in the Contract price, Failure of the Contractor to comply with this Provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13 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 -26 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's »ield Administration Staff"; i0. Submit in letter form, information identifying type texas or other state), Corporation or Partnership, of entity and state (i.e. o individual(s) authorized -o execute contracts on behalf of(ssa d entity." of entity." Section A - SP (Revised 12/15/04) Page 17 of 25 A_31 Amended "Policy on Extra Work and Change Orders" )nder "I-eneral ovi. .ons an,i Requirements for Municipal Construction Contracts ", :ecticn B -8 -5 "Policy_ on Extra Work and Change Orders ", the present text is deleted n rir�-aced wi �:h the follow ng: ontract_.; ac:kr�owiedge. that the C ty nas no obligation to pay for any extra wc;rk for which a change order has not been signed by the Director of r;gineeririq Sec -:ices o; his designee. The Contractor also acknowledges that e City }:nginer -r [Tidy I,,thc�ri.ze change orders which do not exceed $25,000.00. Pt,e Ccntr.ictor ;cknowl(dges that any change orders in an amount in excess of 5,000 1) must alsc he approved by the City Council." A -32 Amended "Execution of Contract" Requirements ;nder "i,enerai. rovi:> ons an,l Requ-irements for Municipal Construction Contracts ", >ectiun B -3 " Execution of Contract ", add the following: ' "'he award of ti=e Contract may be rescinded at any time prior to the date the : ty Eng-­eer delivers � contract to the Contractor which bears the signatures ai the Ci'y Manager, :, --y Secretary, and City Attorney, or their authorized designees Contractor has no cause of action of any kind, including for -)reach of ,:ontract, ag.iinst the City, nor is the City obligated to perform irder the Contract, until the date the City Engineer delivers the signed retract._= to thF. Contrc,, tor. ` A -33 Conditions of Work Each bidder must familiarize himself fu.ly with the conditions relating to the completion of the Prraject. Failure to do so will not excuse a bidder of his obligation to carry o!_�t the provisions of this Contract. Contractor is reminded to attend the Pre -Hid Meeting referred to in Special Provision A -1. A -34 Precddence of Contract Documents n case, 'e of conflict li the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given r_c the Special F'rovisio[js, third precedence will be given to the construction plans, fourth precedence wil I 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 IE the T,rxa-- [ =epartmert of Transportation "Standard Specifications for C'or:stricrion >f Highways, Si =eetE and Bridges ", ASTM specifications, etc., the preceden ^e will be g .ren to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specif cations, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) etc o- - entat-3 on Prier- ... t.,- perferfain-Ej­ . .-i. - _ }. _. water — .— the Ge rtrae-'tei -, hi5 subeentraeters, and -eae 9f thc^i- efRpleyeesust- have eR their peFsen a valld eard amity- Water- 3e€*ai-tment Personnel— . -- A Vzs -it er- /Cent r-aeter Sa €et cj a r affi will be - -t f e-r-e el by dut f- i—i! Q ca7- t- €er who de na-t- have -sueh- a- i+itt amity- wester - -€ae l4-t y.— Fer additienal €n €arfnatienr—efer to Attaehment 1- 8: - �f Ht G i ' y G e [qc'-rrt 'FhE GeFttrae o+-- shair Fret s_t:ar? —gr I I valve, ny - z 4 • - e d a- faeility titaez -- - sfreh i nFs -���t -b-(--- F�r,erated by an eperate er ether authorieed r a-44 Ct- +a -Z Zee.. -. �' c+yef ..- Y i. 4 .. f.) -. .. ... Tl.... -.... F- .... -... Section A - SP (Revised 12/15/04) Paqe 18 of 25 G.. r :.rs -O t e e « (' f- -QtY._? 1­14--t ^.... iA tt rr,- .- r--- .c,e- site and shall t.E)[_•Ae 3 t1 +- - aaE3rk - •aith Water-- 13E�p-ii=tment --t6- ���e T 7C 1 �N F sy?" 3p All ,- -, i _ - id - -RE. }-- -_ +� <.} . i.. -. _ }3 SQ 3�- 3 -n - -- 1�h2-._., . -..._ r transpertatienj ieinat�a4:latieft, items, whieh eealmd eme into E: V.li 4 —.T1- T tt -l`} e= )afe "� ft � e - Tlrteal— Pa -}; onal St_ nd r.ls - � - s `3.��. , }3firc -r v., (ANSI/NSF) -&ta a ,3 c, as d...-; t.d-3 T- -thP -S tueh, fii teF- =_.a-= :-� - - 1crbri-eants, Ejas -kets, t ;i cad ,•• f-e p-c- tinEl$--p eei3 $r "i- E mh rnise itefrs must net be used unless they (61 and finless seeh items are inspeeted en the site h,y- a++t -4i )-�i=rFf� C it t fseFrRC: ifff edi -may -ff—ia t e ki s e- ,. The r nt 4 cr�a -� �'e -v_i' : _LTtr'. ee'r '_i'f3__th s eF ; then -eaF eF' NC7 /1_Ti�vo -F ST1y� - 61--iptyfevai e'f -z3- .):-3- a 1 ,1,; ..h -ceulei e9..... ..s aet - ; t1._ P -et ao�l_e i"iaftd}-3 -3E1- and fry spe}- i ",_14r-ash faast be- eentained- -a-c:- all t; a4-the waiei`' €aei lrr`y's-ito. n,e-- ---g trash will net ^nwM+n Ar_'Thn i c 'lei -C�'i TC pDCrl4l [:A "T�lis' - y��. --- �i,i��i- �J6trifei - Hrrlst;__..car 4.,. ,_. 'vex cia-iTE-3- _.- E V3E#C {. -e- leph eF -6-F3 "Ti-a•irt t-- i. -' - -16- x. v-x- 'lcv�vh`' /r E - A �....E... C use t�- Tom- 5-.00 P.M., Menlo. +h.-.. Friday. r•_-r3ity " -ty fae4 r-evide E34d-fi- ^.3133 $-T.'p`. _.$-a C-3 -$ f-f .. e-3. A„ r ^,. , ^} r -Et--be 1. a at Elesig -.tee site, __ d + a L.., fflu b- icy- ..,.,s,eic vest =e =es rnttst be elearly labeled eefWany vehi7eles are aliewed at G. N it r� .. ,..... }.., ..t nt _.-'--. �, l- s��- �er`. ae3f^, ftcrT, �cE-- 3�3�--Geiilpai3y- Ve�'lieleS k y t,,• •-sue ri�et3�kt ally � } ifE� r E,$ k E 7 t 13f1 e r r { d- ,: >xic „1; _-... fed by GAy Wa e - {3E' - pert-, E>rri _ 4u -f• 3 --REl $4--- _T.virciTi� •� -_T.__ �i -t:., �474 -- SCAPA t rin Dl/t nl v !`/IAITRO Al.ID DATA AGOYISITT^ wv =-j to pittef i)�,! e Lei f a nti and eentrei system must. be pe ff ed- -o f-ly Ejuaa t-.F i eat ±en -, _$._ +hr�u `$ Tk4s w t 1 d sr h — -nut - s net limited + eS , sc= -1 e t i e n S, -f it n i S h Y , r e6nneeting, r e s efiia:zi A; jebeggi:ng, - ealibrati=g: er pl tien all rdE�,r,srE a. /or r f:egi_ }-few -ay- ese ._. eei f eat l=ffe ±ten = { - #r c ---aab of t.fa �-e <_­able r t3 -�(:'. r,. �iro-`c -ra•�� c - -�:1'}F�-- �- ,}l- }AW -33i� i - Section A - SP (Revised 12/15/09) Page 19 of 25 +�� - -1-6 systeFft thf- -',..----- -f-4 water and wastewater- ifidastry. '-f- lefmE'.d - n"vz"-k .3fi-- 5- }+s-tefftr- -e - empQ•-ablle-- size, type, and eamplexity as 3✓. - -*•rt - - -rhe s, - feE'ir - -3f� ,., .L: P.-� �. y �. -. - +-n-the type . f .r.Tk - p -'- F_ ' 1 -herein {fAx a at -least rrc -rc=s :Ti 6f }a4 Engineer, ,- 6£ -z3F2 $r-- pew €erm -- the -iderk required by these tJ-. 4E'-- imp4e'}'r tfi3:s Pi=ejeet whe have Ti*i ••-zTCri a'c izr =�T -s.. -_ r-Fc? 3 2e r s e ±i3 -- eenfiguring and implementing the speeifie "sE3- t.2r's.. _.. Dpi 1.-✓' °�' , - 373F...36- iF�+ -F= _ -he Centraet. 4& -.. t-1-F• - rc-83#}'rs- -3--- )e' a-Re-14- i -jfed- m i l e s-t} _ 4. n-e - -- � f ej e e t= site __ +-f }.-fR cT , ealibrate, and pr-egr-afn -sh, I_.. €- arrilt -h egaipmeni : - wirieh- -- - s --th-e prat ef ene manufaettirer to the mimtrm - t re ti s is ne i e a , all equipment w± Y- 1:,e- th -prcrIt+— et-en 'e4�u er- i aet rc: z; r^ - Water i£eazifte rt Plant -will r be used in t3- tr r- cr subeontraete�- pregrams -the new werk feE this ?re•j•e�: 414- 1'4 - pi-E�E I-3 E-''�.. 1 3-1 Ei- -eat ng bl..eks ..qu .-ed to she;_> as neeeeel - A-J - -crrct L.,,Se two systems _te the existi iy SGAPA _ "ham,.' is an example e€ the yit"Aeh the City - L- egai -ree te' -'ee- filled in and given to the City Engineer -with all F?-1.13^A e'rs- fad e p£egraffhm ag -'phase. The -.t t -,,.7-.,,,-7 ..heel ; - an xample and ±a;--ended to -s �- 3lf-- .:4 -tthe _ q_ _ed sheets--.- The Cent-Eaeter will vide a k l pr- seer -f3cl -b•I- Eye -k-ti +asc e# A714- #�E -i-Hq le= this n vn N. - Stevens - Water- m t. .t Plant shall be f_ hand-diggifig d to the .:.be e f existing tor. z yr eun d- ., t e t i e -- N6 i- c^�re; r.'rriv -- ..z.ro-:- -- -r.. t- iT_ Y.,. l l ,. e d en the o,. ej e et _ A -�06 Older Submittals ( Revised 9/18/00) Skycap Drawing Submittal: The Contractor shall follow the procedure outlined below when prncessinc Shoe Drawinq submittals: s. Quantity: Contractor_ shall submit number of copies required by the City }c the ity Fnc °,neer or his. designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit on( (7) reproducible transparency for all shop drawings. _. Submittal Transmit t-al Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each trr- nsmittal form. Resubmittals must have the original ttbmitt:.1 numb( • with an alphabetic suffix. Contractor must identify 1., C•or, ractor, the --ubcontractor or supplier, pertinent Drawing sheet .jnd detail numb -r( ;,, and specification Section number, as appropriate, ,I earl: subm.t'.�1 fc rm� i. _oritrac, or's tarn Contractor must apply Contractor's stamp, ipproprl ate.ly signed or initialed, which certifies that review, verification f Products required, field dimensions, adjacent i'ornstruc°tion werk, jnd coordination of information, is all in accordance w th thy. requi-:me:-A s of the Project and Contract Documents. 3cFiedul:nc : �I .tic, ±.gar must schedule the submittals to expedite the _ �roeot and dE -1iv�i to the City Engineer for approval, and coordinate + #.t sub7Jiss Lor. 4 : i ],o -ed items. Section A - SP (Revised 12/15/04) Page 20 of 25 M,3r {,n(4: ,;ntrAct< must mark each copy to identify applicable P-- );acts, models Options, aid other data. Supplement manufacturers' -a _lard gat i prrn rde mfcrmat. ion unique to this Project. Variat - on:s :on,ractor must identify any proposed variations from the ntra.t Documen s end any Product or system limitations which may be etr men, -11 ~•. essfu performance of the completed work. Contrac�Cr must provide adequate space for -a r- ini ;1,. nevi -w s *amps on all submittal forms. Resukmit: al. : on?_ -actor must revi s<� and resubmit submittals as required by 'h(, l`\ Engineii r and clearly, identify all changes made Distribution: '(;,itractor must distribute copies of reviewed submittals subcc- ntract,_;-s ,r;d suppliers and instruct subcontractors and sr.ppiier. tc• pr;mpt / report:, through Contractor, any inability to ctrpLy w_th pr:- viSiciAS. Sales The ontract r must subm t- samples of finishes from the full range of manufact.)rer s' s. andard e-olors, textures, and patterns for City Engineer's �;electicr - Test and Repair Report: When specified in the .tr_andard or lechn(cal Specifications Section, Contractor must suk.mi- _hree (3) •;opies of all shop test data, and repair report, and all n -site test d;Aa witrr_n the specified time to the City Engineer for approval. ctherwi -3c, the related qui,_ament will not be approved for use on the Project. A -37 A:onded "Arrangement and Charge for Water Furnished by the City" Under "Genera; trov-�sions anal Requirements for Municipal Construction Contracts ", Secti.oT; B -6 "Arraugement and Charge for Water Furnished by the City ", add the >w 1 rig: _ "The c,)i.trarm;r rrust compty wt`2: the City of Corpus Christi's Water onservaf:i.on wind Droc,y_ht Contingency Plan as amended (the "Plan ") . This ncludes i.mplementinq water conservation measures established for changing ondit,;nr -. "tie City 'ngineer will provide a copy of the Plan to Contractor ;t the r ~c- con:;tructLcr meeting. The Contractor will keep a copy of the Plan n the p -c j(-ct sit r 't r ouat c -ut cc r,struction. " A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirement-s (f "Notice to 1'o fit ractocs -B" are incorporated by reference in this - Spee!a Prov isr� m A -39 Certificate of Occupancy and Final Acceptance (NOT USED) The -..3 �32iaee- E4-- z.-- * "�-i�- 4- ea +- 3eee-p,�at.-,€ General Prevision n_o_c A -40 Amendment to Section B -8 -6: "Partial Estimates" "3en�� sal Provisions and Regiiremr =nts for Municipal Construction Contracts" Section B -8 - -6 "Partial Estimates- s amended to provide that. approximate estimates from which partial payments will ,)e c- alculated will not include the net invoice value of acceptable, r;er.- perishable materials delivered to the Project worksite unless the �ntra-tor ior.cides the city Engineer witn documents, satisfactory to the City Engineer, that show th,it --;e irrate�ria,, supplier has been paid for the materials uel -vered the f'r jert ,.--ksj. -. Section. A SP (Revised 12/15/04) Paqe 21 of 25 A -41 Ozone Advisory (NOT USED) V-r- : fl�f--+ - and nzF3ilE- bee ;d_,- emeept fer repair-s. The nit , 1 Engineer will notify ,:ee creter abeut- ezerre —alert - If a delay seep a this ; is ,,.,..er ,.. eed the day wr3 hat be minted mss--& -work 4a-y and the of -ee irtd4-ea rted A -42 OSKA Rules 6 Regulations *. is t:ie reshonsibi ty of tt,e C'entractor(s) to adhere to all applicable OSHA rules Jn:1 r- c;,lations wh-Lle performing any and all City- related projects and /or jobs. A -4; Amended "Indemnification and Hold Harmless" (9/98) inner "General Provisions an,i Requirements for Municipal Construction Contracts ", Section B -6 -21 " Indemnification and Hold Harmless ", text is deleted in its entiretv and the following is substituted in lieu thereof: "'he Contractor shall :,old the City, it.s officials, employees, attorneys, and agents Yharmlesz: and hall indemnify the City, its officials, employees, attorneys, and - igents from any and all damages, injury or liability whatsoever from an act or omission of ±.he Contractor, or any subcontractor, supplier, materialmani, c: their ffi:ials, employees, agents, or consultants, or any w;rk done under the Contract or in 7-onnection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, cr consultants Tae Contractor shall hold t-he City, its officials, employees, attorneys, and agents h,.rmless and :hall indemnify the City, its officials, employees, a- ::torneys, and agent; from any and all damages, injury, or liability whatsoever- free, a negligent act :>r omission of the City, its officials, employees, attorneys, rind agents that directly or indirectly causes injury to a, employee of 'he Contractor, or any subcontractor, supplier or material.man." A -44 Change Orders +4/26/99• Should a change orders) be required by the Engineer, the Contractor shall furnish the Fr;gineer a complete breakdown as to all prices charged for work of the change Drder (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wac,e rates, etc.). This breakdown information shall be s..!Ib mi t,ed by the Contractor is . basis for the price of the change order. A -44 As -Milt Dimensions and Drawings (' /5/00) t. The Contractor shall make appropriate daily measurements of facilities constructed and keen_ a urate records of location (horizontal and vertical) of ll. facilities _. upon completio: of eac. `a(:i ty, the Contractor shall furnish Owner with one t_ of direct prints, marked with red pencil, to show as -built dimensions and I- )cations of a l work. :on&tructed. As a minimum, the final drawings shall include the following: Frr.zort am v -rti yl dimensions due to substitutions /field changes. Cf.ar:ues : rt equip rent. jnd dimensions due to substitutions. "Nameplate" aata on all inst<illed equipment. Deletions, addition:, ar.d changes to the scope of work. Any other chanq(- Tr,_I Section A - SP (Revised 12/15/04) Page 22 of 25 K A -46 Disposal of Highly Chlorinated Water :,1/5/00) The C'ontracto� shai: be responsible for the disposal of water used for testing, di sin ection ar:ci i i r,< f : ,sh : ,g r: an approved manner. Contaminants in the water, ��art 1arly ,,Xh le- el:,, .1f nlcri,ne, wii1 be used for disinfection, and may exceed he llim, '_s A s_Lalge ir;to wetlands cr environmentally sensitive area:• These .t= rejala­?d y r.,,merous agencies such as TCEQ, EPA, etc. It will be ar�,ur -ate hCT,i ;,tract cal locati(,ns ,if said parallel pipelines at -omply with the requirements of all regulatory agen ir, tt,e- disposal 1_ is a_er used in the Project. The methods of disposal steal: to submi'.ted the y f,r approval. There shall be no separate pay for dispr : :ai 01 r :ighly ;hlorrnoted oater. The Contractor shall not use the City's :;r.ni y sewF•> - yst f f- r ri p, ; ., ()f c; itami nated water. A -47 Pro- Construction Exploratory Excavations prior io any on the Project, the Contractor shall excavate Ind expose all existing pipe•,.nes c;f the Project that cross within twenty feet (20') 1 p; );_,osed p> c =] .n, :> cf t_ e P- :jeca, and ;he Contractor shall survey the exact vert_ 1 and I r i zc. tat l ;, - at i, !i f e-ch crossing and potentially eonflictinq Fwr cxistinq i parallel and are within ten feet (10') of proposed pipelines of -he Project, the Contractor shall excavate and expose said existing pipelines at a Itaximum spacir>g c1 =00 feet O.C., and the Contractor shall survey the ar�,ur -ate hCT,i r,tal .snd ,er- cal locati(,ns ,if said parallel pipelines at 300 feet t.e .)rtract( r : hal.l then pi,,part a repc,rt ::and submit it to the City for approval lic=i t ing -h _)f pipe _ xnc: cxcavat ed and surveyed, as well as the approximate -tat ,,,r therec* , di: ' anc r, r th pavement centerline and elevations of the top of exist _::g pipe - _ The .;cntract,,r sha' : :1 pe -_fc rm >>� construction work on the Project until all exploratory ex-_avatons have, been made in their entirety, the results thereof report -ed te. the Engineer, a:td Coi-atractor has received Engineer's approval of the rc Dos' F.,xplcratory excavati :;ns sha i riot be paid for separately, but shall be considered :.jb &]diary tc *ems -hat - eauir< +xc.avat ions- Any pavement repairs associated with xp1-;r�tory er,c_ivati is shal be pai_d for according to the established unit price(s) c r [,.v emert pal r . Contr<,.Aor shall provide all his own survey work effort (no ;�--parate pay) r avat_ ion 3. A -4$ Ovorhead Electrical Wires ;7/5/06) Phe " retract c -r =hail comply ruby with all OSHA safety requirements with regard to proximity cf , :,)nstruc7tion equipment beneath overhead electrical wires. There are many -)verhead w res cressiry the construction route and along the construction r;,ute The > i" rac? )r ­ ,il of , i l l duE- di 7 igence, precautions, etc., to ensure t -hat adequate safety is provided for ail of its employees and operators of equipment and w.th regaic; tc ersurina °hat damacae to existing overhead electrical wires or Les ,i i The .tractor 3hal, c rd.r,at� is work with A.E.P. and inform A.E.P. of its nst ruc.tic: ,c `edue wi • ii . ,,qa, t c> sa i : overhead lines. some erhead nes ,nay re =hcwr, in the construction plans, while others are not shown It shall t)e the ortrac_ .->r's sole responsibility to provide for adequate safet > with r, r are t ; ov�-ncE r>d Ires whe- her shown on the plans or not. A -4V Am4pnded "Maintenance Guaranty" (8/ >4/00) iir,dei "Genera_ Prov :i.sior., it :J Fcquiremerts for Municipal Construction Contracts" Sect :)n B -8 -1. "Maintenance :,uaranty ", add the following: Section A - SP (Revised 12/15/04) Page 23 of 25 .<u "'"he _-or:tractor`s guarantee ,s a :>eparate, additional remedy available to neft '.e ''it of pus :hristi. Neither the guarantee nor expiration of the guarantee pericd w111 operate to reduce, release, or relinquish any rights remeiies available > the City of Corpus Christi for any claims or causes [ acti-�n against the 'ontiictor or any other individual or entity." A -50 Video Documentation As part of tha Pro.ect reAuirements, the Contractor shall perform televised inspections of all wa Aewatei (sanitary sewer) lines and manholes installed on this Fr�)jej t All inspections shall iDe made rn accordance with Standard Specification -ti r ()27G1? l 1�3pe(�r ion of Conduits ". A -51 Electronic Proposal Form "-enerai. Provisions and Requ:rements for Municipal Construction Contracts" Section B -2 -`7 reparation of Proposal" amended as follows: The bidder has the option of submitting n computer - generated print -out, in lieu of cone Proposal o n. Pales i trrough 17, in,lusive). The print -out shall list all bid items iincluding any additite or deductive alternates) contained on the Proposal Form iPages 3 '- hrough 13, in -lusive). The print -out shall be substantially in the f o rm hown on Attachmen* II . I - the b _dder chooses to submit a print -out, the p.rLnt -out shall be accompanied by oroper)y completed Proposal Form pages 1, 2, 14, l 1F and 17. addition, t:he print -out had— contai-i the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print -out for bid t?ms ;includirg any addit_­Ie. or deductive alternates) contained on the Proposal Form Are the liri.t prices insended and that its bid will be tabulated using these Unit prices and no other inf(- maticn from this print -out. (Bidder) acknowledges and agree.=. that the Tota. Bid amount shown will be read as its Total Bid and further agrees that the official Tot. Bid amount will be determined by multiplying the unit bid prise (Colu;-.r; TV; shown this print- -out; by the respective estimated quantities shown (mi the Proposal Form ; -olumn l) and then totaling the extended amounts. (signature) (Title' 'Date) " Section A - SP (Revised 12/15/04) Page 24 of 25 Section A - 5P (Revised 12/15/04) Page 25 of 25 Q • ct � V) z m Q1 U O W �, c _� a o O( cn (" � co ca w► Q) I W I— U . O O `-) 2 3 p ; co X Oo I v Q� "' N � y O 1'2 I� 10 1 2 U _ L~, cn v; LU w v V- 0 N ON ct co Q� 0) j ` a� an _ OW OW zLu z ATTACHMENT 1 6 +D'7,130N'J /Si06L \NfN� \i000 Puog�y�!'OUdW�3lY0N \�H Attachment II Page 1 of 1 -Mhum cOD&trM PRM -OUT O-CrOXER M- tYfgjB C4lBdbL�'9 12M NABLS�RHI ffi !1r y I � eelitcs Qh. hvaGarai�iww IJrtPricsi Mi013'u, uma . xwi� At )1.475 3Y $VcogwrwmW w "WO 00.60 Al s"3 SY a Canac un s.tawirs pan OO:OD 0DIW Ego EM Fk D2i 33 EA Mnblkkw Aw 06 -00 Q': Swb. srp► 8wre13jd'77'Ms�sQsem�Dl- DQI)!__ _ SrY.sawla>.m aid `A" Maw s Swb�:uW Mwrs HM "8' Marne 2 swltnau�aa- c -bwww� s swbsedl B.wr aid "p' a�,n.: S rem awe aid bwoc: s Attachment II Page 1 of 1 PART C FEDERAL WAGE RATES AND REQUIREMENTS Page I of 2 'ene ra1 Decision Nuroer TXD !039 06/13;2003 TX39 `-'ijpc-rseded Ge.re-rai : ecisi,-)n No FX020039 �sta= t- TEXAc ('Onst-i UCtir)n I-yPe HEAVY Counc." (les KWCES SAN PATRICIO HH&VY CONSTRUCTION PROJECTS lincluding Sewer and Water Line Construction and Drainage Piojec-s) Modarication Number Publ4cation Date 06!13%)_003 COUVTY(ies) NUBCES SAN PATRT('TO S',YrX2052A Rates Fringes "'ARIPENTERS (Exch-id-,nq Form, Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTPI-'IAN 2,58 LABORERS: Common Uti 11 it -Y POWIRR EQUIPMENT OPERATORS: 8ackhoe 9.21 Mot,--,r Grade- 8-12 WELDERS -- Receive rate pres:!ribed for craft performing --peration to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses '29 CFR 5.51a) ---------- - -- - - -- In the listing above, the "SUI, 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 DETERMINATIDN APPEALS PROCESS I., Has there been an initial decision in the matter? This can be: A An existing published wage determination * a survey underlying i wage determination http:#w-ww.wdol-gov/wdol/scafiles/davisbacon/TX39.dvb 1/10/2007 -, Page 2 of 2 * a Wage and Hour Di %ision i -�Ltei setting forth a position on �i wage determination matter * a conformance (additional -lassifieation and rate) ruling On survey related matters, initial contact, including requests for summaries cf 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, *: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, init-I.al 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. < 2021(! 2,) if the answer to .he 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 CPR 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 regwestor considers rolevant to the issue_ :3.) If the decision ot 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. Ail decisions by the Administrative Review Board are final. END OF GENERAL DECISION httpJ/ www. wdol. gov/ wdofiscafiles /davisbacon/TX39.dvb 1/10/2007 A G R E E M E N T THE #TAT! OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 27TH day of MARCH, 2007, by and between the C TY OF CORPUS CHRISTI of the County of Nueces. State of Texas acting through its duly authorized City Manager termed in the Contract Documents as "City," and Ramos Indvtrits, Inc. termed it the Contract Documents as "Contractor," upon these terms perfoi -mat'e in Nueces County, Texas: n consideration of the payment of $10,356,062.70 by City and other obliga -i.on of :itv as set out herein, Contractor will construct and complete ertain improvements described as follows: MASTSR CHANNEL 27 DRAINAGE IMPROVEMENTS PROJECT NO. 2263 (TOTAL BASE BID + ADD.ALTS.NOS. 1,3,& 4: $10,356,062.70) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal -3upplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job, The Contract Documents 11clude tris Agreement, the bid proposal and instructions plays and specifications, including all maps, plats, blueprints, and o`-.her drawings, the Performance and Payment bonds, addenda and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 s „. -low I- "A'lp jMjFjzjj PAW A.- REVISED PROPOSAL FORM Answummmas PAM 3 OF 20 ATUMOMW M V UWT PRICE IN (CITY X UNIT PRICE IN Qsr uw lam FIGURIIIIII RQUIR") Al 19,5311 cbmInd � %pu4pqm to SY of ROW. compIft in Once, MUM 00 A2 100 SF . -- Concnbs Sk*&,Uk Removai, r M ipi 1 in piece, per AMWMAW Uns d 4 1 a Cbrocreft OrKMAIRY Romani, coRplab In 0sce, s A3 � 100 SF cc- (cco.-- per AMMMAW A4 270 Renwn & FbPWM ExiNinp Farce, cc, LF wmpkft in Ohm Par LbMLEW S- Z7 CZ AS I RWn0w ExWV RCB and oc at RuM Field RaW. mnpkft in Ad Ad I Ls W.Owwou %0%M 0 MM Dumpow Pod, ip' In in Pima. Per LMR- $ oc `7 i Ramon Cawreft RWw Ls 0iftra!'Al. wmpkft In pW=. � ce WLMMQAw A& 1328 LF w Dia. mp pan 110. Mv*ift in place, per Uwswr Foot 76 z(f $-7 At 5154 LF 24- [ft. RCP (Chas M, cmVft in Osce, M U� Foot AtO 4 LF 30- DUL RCP (Class 111), ca *bw in Foot 1311", Par LkMK $ All 38 3W DW RCP ( Class a), mrpkft in 661 LF phM, per Liw■r $ s Al2 rAl 48 LF 5C Dim. RCP (Class 111). cwrpkft in Own. per LIMW 00 7t�) s— 3 83 9 x 7 Rsinftwed ConCFGU Soot LF (Pr0004., m ipa in pista, Z ala 80 LF r xv It , Aws danaa4s- am (13reclao, 1 11 V'RIN in ph=, 2 WerLboLfud S-340— $.- REVISED PROPOSAL FORM Answummmas PAM 3 OF 20 ATUMOMW M AlS A16 A77 522 LF 2730 1253 LF 10' x 5' Comerob Box (Pfecaa!). OOMpkft in piece, F40M 10' x T Concrom Box (P. in plow, per 6M Foo 11 x a' Corcma Box (PreCUq. CON%kls in pWm, Per 12' x V Rainitced Concrete Box V-r . oomplelle in pie, per Cwwn" WI *md for Q-BBL 1u x 5' RCS (Type FVII) complete in p0aoe, Per F.t UNIT PRICE IN FIGURES — $ _I dG - - 6c j f 1= 4 s ,� (QTY X UNIT PRICE IN FIGURP s-274. 6.50 � l j_ f co $ Cry Ala Taa LF A19 1 EA cc5 j 7�`',© ` ' A20 1 EA Contrite W k*im N for 5488E 10' x 5' RCB (TYPO SV#), cornpieie in phce, per c c; oc A21 2 EA Canarule Wifo all for 243BL ICY x 7- RCS (Type FW). oornplaie in p1m. Per u s_ �t � �T U' j C 't I U (-)c A22 A23 2 EA 1EA COMMIS W *M for 2488E 10' x T � (TYPO PW, oanplele in pie=, P RC B nw N 1 In plaw, Per tam s - ( s sac A24 2 EA CamraM Ww'ylralt for 2488E 12' x a' RCB (Type FIR), compNte in place. perFam -- A25 34 EA 4.0' SCI. Post mist, complete in place, porgy c� A26 3 EA 4.0' SC. Post No Rhw, �� in place, per IN& p Qf A27 1 EA Concrila Sloan Water Junction Box (Type 1), cornoft in place, Perimll CC, cte Ala A29 1 SEA (Type 2 EA (Type — --.—' CanaaM S6o Water Junction Box 2)' compute in place, per 91116h s Conaale slorrn waiar Junction e= 3 Poa 1Me cmpae in � g 3 s _37, REVISED PROPOSAL FORM M0� PAGE 4 OF 20 ArrAcui tlQ. REVISED PROPOSAL FORK NQi PAGE 5 OF 20 AiTACi Ii M4 gams of 21 N V V.- UNIT PRICE IN (QTY X UNIT PRICE IN a FIALIRE11 FOURE3 il 1 EA Concrete Waller Jundbn Boot (Type 4) WPM inlet .. complete In 1 ���'�i✓ � � Cc l L' i 4 A31 1CY Said for Precast RCS a Singe a % in woos. per QaLy" i a A32 4613 Coma* Stahiliud Send 8=01, 7 CY complete in place. Per fdWLyjW s A33 255 Concl WA End Treatment for SF Pipe Culve . complete In Pte, PWAMNXF A34 1111, ,838 CY CherH,.l E000Bvalion, canpbee in � piece, per Wd Y i a C i ! L A35 3405 Conarale Rsftw *w Low -Flow C C c c CY , complete in Place, ?7 C c , ZiJ a ,` a A38 18,038 � Swab, complete in ._ �G s� J s i, AV 1142,431 5" Cpl per, complete In SF ploos, per from Fnct s v s 7Z9 / 37 A3IS 4128 12' Wide E Access � SF (Con :rots), aonplobs in place, eel A39 3834 LF aA Roodeide Ditch, compldle in piece, oc � w ROaeidt DrainfQa Ditch, cone -11 In per, per Lit A40 819 LF Eft A41 Mm She CaWd Force for abut r Pollift P"ewn1bn, LF ° h pM,ce �'°'r'pl'`' A42 396 LF Roes Fier Cbm lbr Storm Meier Po1ulfon Prepan*M (Type 1). / oorrrpleIs in per sue_ s A43 72 Rods FNer Dillm Oct SW m Weisr G cam. LF PoNubc - Prowrwon (Type 2). — -- complete In place. PK LAM s .Zy a A" 2000 SF Temporary %*nest Trap, cornplebe in ft= ---' � ' place. per s A46 4716 SF won ErMrarmae, conIPlete in place, Per ^uses Foot i G' i �1 REVISED PROPOSAL FORK NQi PAGE 5 OF 20 AiTACi Ii M4 gams of 21 REVISED PROPOSAL FORK PAGE 6 OF 20 AnDIMM109 Mtn f ATTACHMIM NO. 4 NCI! 1i r[ �l 0 III IV V UNIT PRICE IN (QTY X UNIT PRIM IN RIPTION FIGURU F10URM A46 290 Mete) Beam Guard Fence, complete LF in place, Per Lkmr A47 4 MBGF Temtinal End, complete In EA tom. par am A48 132 C wd*Wdm Rol TYPO C4 LF (Sdndard). �p� in place, cc� ' (5C, pK aL A49 86 CC� Ra6 Type C4 (M101 —A LF woe, % S -76 . Per i A50 2262 Road, wt SY Place. $■ua[a Yard a= 6Y, a A51 137 pin Repair gyps 1), C: 0C.: SY complete In pace, per � Yard i a 7 <s A52 i 179 Asphalt Pavement Repeir (Type 2). ° SY complete in pace, per Sauare Yard SC. �- A53 388 Fie�" Pavllmsnt , SY 2- Course SYrfaos Tredment, /J �rp� . per COnCrale P , A54 166 cf SY in pace. per Igu■re Yard a 4 3v A.t, a ASS 256 8° Conaaie Dumpaker Pad, complete Cam` SF in place, Par Boom Foot s / `� i S 5�•- � ADS 1 T" ExIeft S x 3' RCS to Junction EA BW complete in plam A57 1 EA Cut and Plug Exi ling 24" RCP, complete in place, pert — A98 1 Miler Cut E*WV 36" RCP, complete EA in piece, per ate_ i 'S M' O ASO 1 Mier Cut E**V MY RCP, complete EA in place, ps g@M s AGO 1 Miter Cut ExbWq 24' RCP, complete Ct EA in piece. Per im& A81 1 ftn i r v"er IAatlhole cG EA to Finish Grob, comPk'a in Pace. a �° Is— OG � per effim- REVISED PROPOSAL FORK PAGE 6 OF 20 AnDIMM109 Mtn f ATTACHMIM NO. 4 NCI! 1i r[ �l TOTAL MBE WID PART A (Me me - Al Vvaugh Any $ t , -Z -LS. �S %, cl REVISED PROPOSAL FXM AXXDENMM NQ 4 PAGE 7 OF 20 A-TrAcumlwrNO.4 IV- V UNIT PRICE IN MY X UNIT PRICE IN WMPTION FXKNM FIGURP A02 51,621 SY 809ft,11, T*OcdkV In ROW for Ersion Contmol , o 0onplefe in plow. per -Z A63 SY Rask rSodng for Disluted Aress Oubft of ROW, cw0ft in Z! place. W §Nvgag- Survey Mon�, compkft in p1m, fam $ - A64 2 EA sc:) per z A85 llac-linno(E)dsting LS Miles, complete in place, PerLumts Trench Saf@W for RCB end RCp. n5.000.Q8 $25.600.00 AGO 4564 LF oorriplele in pbos. per Linew F A67 39 EA Trench &dwq for Storm wow I , complete n place, CIO OL perms LA6S Traft Conkal, oompkft in place, per LS LLMM Surn I s, s 3/ Z- sc, TOTAL MBE WID PART A (Me me - Al Vvaugh Any $ t , -Z -LS. �S %, cl REVISED PROPOSAL FXM AXXDENMM NQ 4 PAGE 7 OF 20 A-TrAcumlwrNO.4 WKSTZR CRMMZL 2 7 DRAINAM 3 I p IV UNIT PRICE IN (QTY X UNIT PRICE IN QTW a UNK Rot, Exis&V 12" Dia. PVC WOMIN a, camwplabe, per Linew Foot FIGUMB FIGUREW B1 159 LF J s G O s � -- "Z 7 5 B2 189 12" Dim, 0900 PVC WaWdina LF 18 , in iD cor lsr Pace, s �CJ c per P Jf . s B3 195 LF 8 " Da. C900 WabarkW (DR 18), conVkft in pace, ' � s B4 4 EA 12" , compiaie in sue, W law c c s cc BS EA 8" , compkft in per, per fimt c� s cc_ as 1 EA 1" Ti*-iNCor action, cornpiebe in pane, par Fa9ti s 15- $ B7 8 EA 12" Dim. 45' !land, compiea in pace,_,, par Lam Be 6 EA 8" Dim. 45" Band, compkft in place. per fAmb B9 EA 8" x r Tao, wmplaa in pace, per ism Gt ` s � J C s 810 2 EA 8„ K4 in pace, per CC 811 1 EA e" Gale V" with Box & Cover, c.onVk a in 0sce. IG. � -- per JaM $ s L� 812 1 l" Aukw aft Air Rai mme Valve wlih � y EA Box d cow, crornpleba in place, war coot REVISED PROPOSAL F%M ATrA,CIMEM NO.4 PAGE 8 OF 20 PWMsof 29 I 11 IV V i UNIT PRICE IN [Tam rATEMERM (CITY X UNIT PRICE M RIPTiON FIGURN FKMJREB B13 ' 1• Carpandion STOP, oompkft in GG EA ply. per Falch s s--_ 814 78 18" DW XS Ca ft fbr 12" f i_F Walsh le (Open CuQ, mnpllb in Pt ", per WOM&M 815 8F Wye 14• DIL XS (Open Cut), pteie In G �G Pra, Pm LWOLE= c ,i B 1 e 58 Cemard-StmWillud Sand Backffi. j e'er CY omVk to in pkm, Per Cubic yord S `7 S GJ-yo S 2 -7 D B17 384 Trench Safer br Wa%dkm . 60 LF compials in plow. Per Linear Foot S j S -2 B18 ? Ls Traffic Cantrat oompleW in O rg TOTAL dA8E BID PART 8 (Nsms 91 through 618): REVISED PROPOSAL FORM ADDENDUbt NC6 6 PAGE 9 OF 20 ATTACfRAWT KO, 4 Lowe! d' 4p Hu7u'77 a cl 525 LF C2 727 LF C3 231 LF C4 4 LF cs 24 LF ce 135 LF C7 102 LF ce 75 LF C9 1 EA clo 1 EA c1l 2 EA C12 I EA C13 20 LF C14 2 A.1 MLSTZR CKAMNZL 2 7 DRAIMM 33cpROY Ts GrrAy Urw (us-ir Depth). oompm in ploce. DW-Lkuw EM I r Dim. (8DR 20) WWWAMW Gravity Lkm (1V -1V Depth), oompkM in phm, pwkk@gW 10" Dim. PVC (BOR 28) WswWwalor Gravity Lhe (12 - -14' Depth), oomphM In OWM per:WMff&W r Dim. PVC QM 20) Wedwmw Graft Une (8' -10' Depth), amVkm In piece. psr MLM r Dim. PVC (8DR 26) WadrAmw Gravity Lkw (I0' -12- Depth), amVm In plmcm, parkftgo Ir DIIL PVC MR 20) WaWwow GfaV&y Lkle (17-14- Depth). complod in place. pwMoKfM 8- Ole. PVC` 28) Vftdwmtor Gravity Urw,(IC-lV Depth). ocmpisd in pieW effAjago r Dim. PVC f8DR 28) Vftsbma—"i-- Service Lkmk cornphft in Place, pwwj" it oiL swvjoe Cormillon P)W Cut), compiele In piece. per go DIL PVC Wastewater c1lowmA complete In Ph=, perfam 0- Dim. 45- Wd. oornplft in pUm, per tam fr Dim. Wye. otm, pkft in p1me, perftm 12- 01a. XS OW Csgft jor 8• � (Open Cul). complole in PIMW Per LINK Fcct lcr PhAw Gwipieft in place, Per fAlgh UNIT PRICE IN MURES $ UG $ Go cc, c 0 C — s— $-J Lv -7-5 �— cz, Wry x UNIT PRICE IN FRNGMM mmmwmm� CC) sL—,6Z2S-7- $ 1- b5s4l S c C, $ co 0 cc C) REVISED PROPOSAL FORM PAGE 10 OF 20 E� cu TOTAL LASE 910 PART C (flame Cl through C!8): REVISED PROPOSAL FORM PAGE 11 OF 20 ATrAC2W WN&4 1►y�, li �f � 11 ® IV V D UNIT PRICE IN (QTY X UNIT PRICE IN RIPTION FKlURU Flp U cis 4 V Plus, complete in place, cC G c EA �� $ s -� ,- cis 8 5- Dia. Fiber lass Waslewatsr EA Manhole ((i 4 Depth), in Place. pray tw $ 7 �0 C,G $ _ .Z � _- C17 71 Fla Depth° S DIL W VF Mwft& (Ors V Depth), complete in 1311009. W Wall 12- T" to Exk&V Waaf water Manhole (I IV Depth), complete in cis 1 LS cz� �- 3c o G 2 (�: place, per S s cl o , LS t0• Tie-in to` Existing vweataw der (1-' Depth), complete in PbmwhmLm C20 1 V Tie-in to Odeft WSBNV Ater °= LS Service, complete in Pima, cC par C21 1080 CY Cal SkIllillized SwW Be" for 12' 810" DtP Wastewater Mains, � � C22 80 CY Flowabie Baddll for WMIewimber ' oornpleo i-�� CIO Pl s C23 1 EA 1AlaslnVretsr 1Nlanhole Finish GIs", Cornpiete in piece, ,` 11 T ' `? I permem s C24 , ReRrove ng 1V Slut -Out and `. LS In Pte, RM C25 1823 Towwwon at Y1laabvjmer lft-dlwk- i �( U LF� Condole & a amplelle in c: Place. per koffm s _ C26 1823 nxrCh for Vftakwmw Lineal LF mgftb in fie' z whmgmw Trench for W C27 8 A Manhole, caanplate in Pierre. PK Film C28 1238 Aephtlt Pavwm t Repair (Type 2), SY in Place, W 6 � Yard C20 1 Tr# Aic Corbol. complete in Place. Per i S W Lump S y.�. �.},I�ar��,1 Al' 1 ✓'_ ��_ l TOTAL LASE 910 PART C (flame Cl through C!8): REVISED PROPOSAL FORM PAGE 11 OF 20 ATrAC2W WN&4 1►y�, li �f � LM Or x V Concreit Sm (Prtcaet), cWaplefe in place, FIGURIN UNIT PRICE IN (QTY X UNIT PRICE IN FKKIRE; 01 19N LF _ _ i Cz Uc:o D8 3 EA 4.(r SO. Pont Inlet Rher, oompblt in pace, per tam CC s =� 7 51C oG -- D3 1 EA COW;* Stfrm WMw Junotlon Box (TYPO 4) yd Poet Inlet, c ompiete in place. pargo ` c� D4 583 Sand 9eddlnp for 8edrrcaclt C"ol Fence for Storm WaW PoNullpn Pn wwan, ms in pace, p G DS 128 LF CAC) $ -- DO 1952 LF Graft O wfl1w Swale, comphie in Place, Per �` D7 7315 7315 SY Setd(rIp S T+9 in ROAN for C°nbal, oomphte in place, Per MW 10d SCi D8 17,500 SY Re* mom n A Seeft for Dh AAW Areas OUtaidlc d ROW, complete In ply, per GG D9 1909 LF Tronch Salted► for RCB, comphte in Ph". per Liaear Foot D10 EA Trench Saf* for Sbrm Water in PMxa. QQ TOTAL AGOITIVE ALTERNATE NO.1 PART D (Mme D1 through D10): $ ' yk S-0 RLVISED PROPOSAL FORK PAGE 22 OF 20 ATTAClv1lNr[1M 4 Pow It Of ZO MSTER CMUMZL 27 DRl►Iii — nouovzmzm s PAST E W&TM orrm ewe mum% TOTAL A00MVE ALTERNATE NO.2 PART E (1I - E1 through E8): i � `T L 1 3 � � _ .56 TOTAL ADDITIVE ALTERNATE NO.3 PART F (Item F1): i 3 7.5 Utz' REVISED PROPOSAL FORS A� NQ i PAGE 13 OF 20 ATTACI�lNR No. i Pam is of 24 II y UNIT PRICE IN (CMAUNT F E1 606 LF V x a' boat (Pnecm4. in piece, �f wwmram i E2 2 EA C01.. MWwall Ibr 2438L V x Ir RCS (Type PM, complNe In pisoe, 5 , per i i E3 2496 SF 5• Cancrete Rlprap, �*ip1ete place, per Room Foot t_ i E4 539 CY Pr+ecaat RCS In cC> �. 7 Z_'-- place, i -� i CY . perms (195) Roubmwift— Low CY c�w0ft In place, ,-- i--( qP*dm*iwi E7 17 R oil, in place, per Linear .52 E8 404 Tnuich Safilr for RCB, complete in p(� LF pie, per LINK E921 TOTAL A00MVE ALTERNATE NO.2 PART E (1I - E1 through E8): i � `T L 1 3 � � _ .56 TOTAL ADDITIVE ALTERNATE NO.3 PART F (Item F1): i 3 7.5 Utz' REVISED PROPOSAL FORS A� NQ i PAGE 13 OF 20 ATTACI�lNR No. i Pam is of 24 W. WIT F I FOR MC-V MAW RE,AUQNIIENT: v UNIT PRICE IN FFM MA FrJ� (QTY X UNIT PRICE M I QW & FKUMU) 01 .0 10 LF 101 Ir I r I Mob mad 6wwW* Sm (Procsoll %Pm -pl 1 1 In plus, IFNMJM 05 I I tU G2 (1) EA Conc�ia VJbgw@N *w 240L 10' x T RCS (Type FM), compleft In ZI 4 cc Jolet (s. 3 G3 (1) 1ConoMbW*@w@M*w24WLlWx EA ImIIIIIIAUL r RM (Typ PM, complete In ohmm ME MMMA6 s G4 (a) EA MICT � aBLAak 4.01 S& Post InW% comp In place, ar om p C $ ECC7 4C]CI Gs 3 EA 4.0' 8Q Pact 4910M �s compole In piece, 2� 456 $---2. ---6 Soo" Per go 1 $ ..... GS 3 EA 3m �� Alk Concreft Storm WIN* Juno*m Ow (Type JIL oo_mobftjn gn ow Mft low a Pad for P. RCS & Slouctures, — ipl-Im Inploce, C C -7 c5c-& 1 $ o w 736 CY per Cmhk Go IMIM CY ffm AM., Ex6waft% am I ,Wbb n 8-- (s PMCM.-Wgokkjm — GO (1362) CY ME[ I I. Low -Flow Section. 1-8ipo 1 In place, 210.. 1� RK Cidde GIO (3M) LF In place, pmrLMMEfMW Gil 09.488 8F QMWr M ITIMI AV: r Conoco *%p pistoln 5C (s place. per *NNMIM 012 (132) LF am Room MIU11111 MIll: Combbu" Reg Type C4 (8110ndarft sonvieft In place, per oa- Linear Foot REVISED PROPOSAL EVM CIA[ M6 PAGE 14 OF 20 ATTACISUM NO. 4 Pam 1 4of 20 REVISED ADIMBIDUK Ka f PROPOSAL FORM ATTACIMMMr Na i PAGE 15 OF 20 !om sef l0 N W IV V Qsf UNIT PRICE IN (QTY X UNIT PRICE IN Flii'UM G13 (86) LF CoMIS110 0 PAN Typo C4 (mad), somplaM in pMca, C-)6 c v Lh� Memo* Psysw�Mt MOW (TYPE 'R ON*, G14 app sY sV aesdMy i In ROW for �� t" i SC> Erosion Coaltrol, coffpista in plats, G'M6 03.214 SY Dios~ A + oue.wa of Raw, am m. Trench saftfwfftwWMW,,-n npNb In : �� : �l C`7 017 1463 LF t ' pboo, pwUN LE9 G1E EA fora mm- w w afC cc: G'fE 66 LF • Pin Rmk =w In place, GL ` C1 3 z . c�G porLbeffilm Gap 460 LF x In lam, � (o s 3 (o G2'I 2 ; 4.0' BQ G EA AI Post Mint ' r, oanplrla in Plata, par as =G s 3mo t=- : 7 S Lc G2E so staeN.sd 11d & ddbV for - CY Precast RCS i abucbxw WIs* In IMam. 6p mwcwmc Grath . Ga3 40 LF Clum r s is, =m*O W In place, =, � :_ c -- Cr (Utz, pK REVISED ADIMBIDUK Ka f PROPOSAL FORM ATTACIMMMr Na i PAGE 15 OF 20 !om sef l0 TOTU ADWTIVE ALTERNATE NO.4 PART G (Ibms G1 through G28): $ 5 RCRD! AITACEWMW LMD. 4 PROPOSAL FO PAGE 16 OF 20 UNIT PRICE IN (CITY X UNR PRICE IN i FIGURES FIGURES 1682 8Y TopsoWeg If ROW *w Erosion Control, In piece, Per F026 8Y By i Sssdfng fr Disturbed Areas Out" of IOW, comptebe In piece, . Trench MIMty tiof R , comps to In per, 460 LF i : _ cc s jp t✓ TOTU ADWTIVE ALTERNATE NO.4 PART G (Ibms G1 through G28): $ 5 RCRD! AITACEWMW LMD. 4 PROPOSAL FO PAGE 16 OF 20 MUTER CAMEL 27 DR!►I INPROVMGMS � .:., .e Total Bid Part A Itw Ai through "s � 2+ Total Bid Part B Its 81 :5 through 818 -!! i %ilJGJ: Total Bid_ Pict C Itr Cl through C29 ! (t GAG S wD..1 �� Di8C1tIPTi�1 �Ayg Total Bid Part D Itams D1 throtph D10 s 7, & 77M 7. T7 �4 - !n. 3: - - - -- BD. 3 DBBCBIPTIGI� TOTALS Total Bid Part ! Ixtum P3 GZ: •r at a',.w.. �, M- :Z" TOTS" Total Bit Part B 1ta W through =6 � � RIMSED PROP0SAL FORM � PAGE 17 OF 20 AITACiOSB'!'t NCk 4 Pam V of 211 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 392 CALENDAR DAYS after construction is begun. Should Contractor defauit, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City wii_- pay Contractor in current funds for performance of the contract wn accordance with the Contract Documents as the work progresses. Signed it 4 parts at: Corpus Christi, Texas on the date shown above. ATTEST City Secretary, APPRCD$ TO LE FORM Asst. City Attorne�„, Ar=*: ('U Corporation) ( S Iiv ) ( tat, (Notat, Zfilerson signiag for tiov�-ia not Preadent, ati copy of authorition to ei J CITY OF CORPUS CHRISTI By : �J()"q 07 Ronald F. Massey, Asst. City g . of Public Works and Utilities l By � �'K' Ang R. Escobar, P.E. Dir fct'or of Engineering Services 3636 PASADENA BLVD. (Address) PASADENA, TX 77503 (City) (State)(ZIP) 713/475 -1422 * 713/475 -2677 (Phone) (Fax) AU, Muk" -L- A si COUNCIL VV gECff TA1ty Agreement Page 2 of 2 i i PROPOSAL FORM FOR PROJUCT MO. 2263 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL Fam AYi'ACliMKflN10.d PAGE 1 OF 20 PAW, 1 of P R O P O S A L Place: l Date: `2 Proposal of a Corporation organized and existing under the laws of the State of OR a Partnership or individual TO: Tho City of Corpus Christi, 70sa8 Gentlemen: doing business as The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: f 14K �4:► at the loc*tions set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to -wit: PJMSED PROPOML FCXW ADO [ Ift i PAGE 2 of 20 ATTlkC19MEfiN*. 4 P�2d it Tel A. UWT PRICE IN (QTY X UNIT PRICE 0 Al 19,538 &W amppbv SY of ROW. In Phm, ` ' �.�- vwd M!mA2 100 SF Concrala 81dawMh Ramowl, 000*isb in PIM, per mm Sc�a- s s A3 100 SF MENCIPMEMM Concraiia oriraway Ram . in Pim. f a c A4 270 Rwwm 3 RaPWM ExiWrg Form, o� LF CoMplw In p em. Per Wow FM s j G s Z 7 �c A5 1 Ranaw Exi*v RCB and vYh w d '7 M A 1 R.�bw cononbe l_S • Pik. Parma h L� C A7 1 Remora Cw ale P*w L3 ii i'Al. mnpkft In pW=. PK CC: � c, 1? -- A8 1328 24' Ob. RCP ill), wmpkft In LF piam P« i %� i 776 Z + C AS 54 2ir Dia. RCP i x n/), O=qAgft in per Lkuw Fm G A10 4 LF Xr DI, RCP (CIM 111), oanp! Is in Pb=- Par j ., Cc, f 3 All 38 LF Mr Die, RCP pm iq, CmVk* in Puce. Per LwEglli , - s . Al2 48 -.$-- 54" Db. RCP I�II), oompkft in 1-16 LF Phm per Lkw y� '! i rJ b$/ A13 83 V x T R@—k, g lid Concrete BoDC LF in Pi. pwwlwnm �"_' A14 vxr 11�e 8avc JJjj REVISED PROPOSAL FORM JYDE1Mil�R LMQ E PAGE 3 OF 20 ATi7tCI�r1 MD,r Ate• ?af'� REVISED PROPOSAL FORM ADVIllow Na i PAGE 4 OF 20 A rrACSOE r 10. 4 raw 4ai i0 UNIT PRIG IN (QTY X UNIT PRICE IN A15 522 F 10'x8' Co Vmb- (PracaaQ in place, 1 C Q' Oncxs�ls x r oot ( PW WN , "° in PhDs, 11' x 9 Conarh Boot ^ter*. cM*ieh in place, EE moffi 112! x r Rokomgd Concnls Box � in fie, FIGURES s-2-7 A18 2730 LF /� /� s �s {, V be —' s 1, ,a-1 Z4 , 'zo 0- t> cj- A17 1253 LF o � kCo A18 m8 LF s /F %S c� �. C) A18 EA RCCBone'.nNs fOr 8-BBL 10' x S (r pe P?, complsls in ph", J A20 1 EA Coneno WiiEwaM for 6438L 10' x 5' RCB (Tfiw SM, in phos c.� 00 oce _ t �� y( ) :- A21 2 EA Ccnomft w ftwal for 2.881.10' x r PP (TWO ISM, comphh in PhDs, s 4 , „� =- �i, —� A22 2 EA Ca+ N+48ws1I for 2 -BBL 10' x r Rte cTWD P". oompkft in plow, �c —�- A23 1 EA �a Wftvm for 1-BK: 11' x v RCB (Type ice, cdriphh In p1m, par �, i_ 7� l`' C�L� A24 2 EA Qxw" s Wi far 24ML 12' x 8' RCB (TW* FW), mnpkft in plem. per am s `f '1 r t: L `- A25 34 EA 4.0' 80. Post InIK oomphbs in Ph", per am $ t v �r s i A26 3 EA 4.0' SO. Post NO Rise, compift in phi, Per fift J/J�/'y�\ i G ✓"'V —✓ A27 1 EA ConcrMa Sioam vvmw Ammon Box (TYPO 1). CorMOoft In p1m, pa' Fmak , cK, $ _U CIO A28 1 EA COQ ftft vftlw ,kl G&m am (TWo 2). r n 1018 h in phce, War Amb s 3 7, G C1 _ 37, uG 'Ci A28 2 EA Corwoft Slorai Vvmw Jwsmdw Bmt 3}w►Palt INK oonphe in � per $ �L' L REVISED PROPOSAL FORM ADVIllow Na i PAGE 4 OF 20 A rrACSOE r 10. 4 raw 4ai i0 REVISED �� PROPOSAL FORM AnOWO W NQ 6 PAGE 5 OF 20 ATTAR NO. i 1'awcSd = II IV V PA20 UNNT PRICE W (QTY X UNIT PRICE IN 1 EA C&Wde Slieft Vidw Jtwcam Soot (TYPO 4) wrP" Inlet, complett In In s_ 1 's, C0 C0 ­ 1530 CY Sand MKI& 9 for Precast RCB i Structures, =nPI be In plow, per QMhtLyjKg ! A32 4613 CY Cwnws -Sdb SwW Bsdit, oo ---W in piece, PW ` C c Y s 7 G C3 A33 235 SF Catorels Soft End TIM1t for P(pe CuNr W� ooc Wk is in p1moe, � -1 �66 = c o s l= A34 161,838 CY cnanml Eoacma8on, cocnplsee In place. pares c6 T A35 3408 CY Concrete RettgulOr Low -Flow SO0B00, I P Wim In in place, Per QNLXW C" s- i s Ir✓ �C`i . A36 14.038 LF Q+sdo tr g@ r-g for SwelO, compk tO in Pte, per A37 132,431 SF 5" CW*%ft F%WV. OmVkft In Phm- PW She E W -- s_ s ZZ97 370. —' AN 4128 SF 1r VWA* Equf m t Ass FtMW (ConcxMO), cmr plele in place, Per Lm w r' s eel -�._ j A39 3834 LF Road" Drairte9e DftW cc ipia` in place, Cc A40 819 LF Roodrde In 17IIKe, Per lit EM c ^c A41 162W LF isms W ConiMa FOnp for Storm U-%Mm i m PMvel'won, cOn1Pkft In Pik Per Rota Fir Dab for Sl rm Wom Pakdon m I�pO 1) Pmvwe p� . Rock FMw Dmij 1 r Stm. WNW Pokd1on Prowso n (TWm 2). ca+iPlft In p*W per LbW _ / =— s �• A42 396 LF A43 72 LF — i cc' s —� �• �z���. A44 SF Temporary , in PlAm, aer 2111111111KILEM A45 4748 SF 81 'hill= Conlon Eftanoes. compkft in ice, Pw Smom Foot REVISED �� PROPOSAL FORM AnOWO W NQ 6 PAGE 5 OF 20 ATTAR NO. i 1'awcSd = REVISED PROPOSAL FORM ASRl PAGE 6 OF 20 a ATTACSSEW W.). 4 E IN I v v UNIT PRICE IN (QTY X UNIT PRICE IN FIGURMS FIGUMM) A46 290 LF Metal 8801 1 Guard Fence, complete in Piece, Per Lkmw Foot 66, A47 4 EA MBGF TWn*ud End, mrpkft in Plece, per Emb CC) zo A48 132 LF Combindion R1111 Type C4 (Slondlend). am, In place, per 61WR 60 A49 LF CwnbinellorMAN Type C4 Pkm"' coffol" In ploos. W UMMLEM GIC-1 9 S 7C).'- 1$ 0 3- klZ�.c;place. A50 zm SY Temporary Doom- pAW, CmMftb in ph. w ANOXY0 A51 137 SY Aq*M p Repair (Type 1). cotrrplels In once. Per � Yard A52 179 SY Asow* Pavwmt Repair (Type 2). oonvkft in place, per AaMKYM A53 388 SY F Pr4mt Repah ;—N, 2-Course SLo6m Tmdffmlk ow(who in obag, W A 3 A54 im SY avwnsnPpW,m * in place. per lire Yard A56 256 SF Ir Ccnmft OtKnitlef Pod, mnpkft In plece, perms Lit 13 A66 1 EA T" Ex" 5'x 3- RCB to Junction ftm ownpkft in place, MAO s A57 1 EA CIA MW Plug EA@tbV 24' RCP, cornlrle1 in pbom. per 0C AN 1 EA Miter W Ex%ft W- RCP, =rqftm in piece. Per AUt A59 I EA Miller W Exifft 30` RCP, complete in piece, per _ co AM Miller CW Ejdm*q 24' RCP, carrplele 0 ASI 1 EA Aoot EA" Skwm Vftw Mw*jole 11) FlMlW Grob, ownpkft in place, $- REVISED PROPOSAL FORM ASRl PAGE 6 OF 20 a ATTACSSEW W.). 4 E TOTAL. BABE &D PART A dams Al wnouph AIM: ; $ Z ? 5 Z o REVISEII PROPOSAL FUM N10i PAGE 7 OF 20 I�Pam TTACMMT l'. { 7 o[ = X"TZR CMiIiZL 2 7 DRAnMM nwRaVMMS REVISED ADD�t 1iO. i PROPQSAL FO[Oi 3tT[ACFa%�t AtO.4 PAGE @ OF 20 PAW* .[22 IV v UNIT PRICE IN (CITY X UNIT PRICE IN 81 VWe1 Arnie, N � Lkww �`+ 5 i_ G.___ �--7 uG S .__ � ! Bz less 1 r Dia. COW PVC vvabdW e LF (DR ta). oa#plele in place, s �U (�S U coo $ 83 185 it Die. Coospvc Wabr w LF (DR 18), cotvWkft in piece, -7 _ i____L -�) WWOMILEM ='_ i B4 4 Ir Tie- kMCanneci M oomplale in c c a EA Place. Per F `% —�_=- C;c C,,, Be 1 EA Ir Tb4nPConneclion, c�omplels in P1ace, Per fift a cc Be 1 V TW4nOCOf#kacpn, Oomph in t C EA piece, per Fift 87 8 EA 1 r Die. 45' Mend, complete In place. Pe< am �> — -� w Bd 6 EA $° Die. 45' Band, omgft a in place, Per Fad 36C ._ C; U.- s s B8 1 EA fY x On Tee, aoelplaw in placa, per„i cC s (��, > cc B1d 2 EA 8„ . Co. � lets in place. per AR j ' _ 1311 1 EA Ir lisle Valve wNh Bu 8 Cam. 1 oer0 Is in IMm, per ZM = B12 1 In Aulonmoc Air Release Volve wfifh EA Box & Cover, complete in place, Per Eaati REVISED ADD�t 1iO. i PROPQSAL FO[Oi 3tT[ACFa%�t AtO.4 PAGE @ OF 20 PAW* .[22 I u M Iv v i UNIT PRICE IN It= CATMM (QTY X UNIT PRICE IN Ma FIIKHM FIQUREB 813 1 hA 1" Corporation STOP, compba in Pte, per fam G+� B14 78 1 r OW XS Wheel Caeinp for 1 r 14" DIL X8 MW j[� `Ar�Q � a" t_ (Open • __ 7, mnpleft I 1 B15 8, CIO cab 6 `7 Z Pimm pmr LWINLEM s $ BIB 58 CY Cement Stabilized Sand BaddNt, oompiei in C Ac c s as Phaa, per d Ywd _ $ s B17 384 Trench Safely Ifor WalwUrms, LF ma piele in place, per Fvot s -2 $ Bib 1 LS Trafk Control, compere in plaza, Per SLun ccr G �Jj C.JV TOTAL 8"E NO PART 8 (hams 01 thrmgh 819): REVISED PROPOSAL FORM ADDIRMUK NO.6 PAGE 9 OF 20 ATTACfDrl a NO.4 Pam 9 of 20 ,;2A 1- t 1 IF 1 -a REVISED PROPOSAL ram 1YLiD�K � � PAGE 10 OF 20 ATTJ=W l tft 4 E�vlaftuefu II - – V i UNIT PRICE IN (CITY X UNIT PRICE M c1 525 LF 12- Dim. PVC-MOR 28) WMWA*N GfWAty Line (14'-IV Doo). oomph cb l t= - co �j�j s -. in : : c–% C2 727 1 r Ole. PVC 20) W&OWAaler LF Gnwvily Line (16-1V DoW), compleft in ` C6 piece. per hoW 1 C" Dih, PVC' GraWky Lhe (12-14' Depth ), oornplele In C3 LF1 piece per $ C4 4 LF r Dia. PVC 20) W dWA%ter Gra * Wye ( -10' Depih). compkft 6 G .- in owe. per , i._� � r ice.! a 1 � , 05 24 LF d` Dia. Phi 20) VVaswmtm Gravity Line (19 -1r Dom), oorr�ilMe in Pie". Per = i c0 F r DIL PVC (NOR 28) Wamew" QWavOjr Line (W -1 Deplh) co /l 7C in plow Per a- Dfa PVC vwei.w.e,r -t0' Deplt }, eacrr piste in C7 102 LF ` G place; p�ir�4' MIKM i CS 75 LF PVC illlaeleler Service Line, in piece, per �' a•. Service C9 1 EA �eC°rm°di°^ (�eP �, in mac, i � �� � � � ��cc' i , C10 1 EA Die. Pvc Cleenoti, In piece, parent i C 11 2 l3" Die. 45• Bend, complete in Piece, EA Perim C12 1 EA 0" Die. Wyse, oomplabe in piece, c; Perim C13 20 tr Dia. XS ftel Ca" for 0" FC14 LF complete m Puce. per Ur PNp, complale in piece, per em a J i a G ''�� 2 FA i a REVISED PROPOSAL ram 1YLiD�K � � PAGE 10 OF 20 ATTJ=W l tft 4 E�vlaftuefu TOTAL MME WD PMT C (llarm Cl through CU): S REVISED PROPOSAL FORM PAGE 11 OF 20 ATUCIMMMM4 is of 29 11 111 IV v UNIT PRICE IN MW H-M (QTY X UNIT PRICE IN SAM —9141 A, um MURES MKIREIII) cis 4 M� Ir Plug, complete in place, 60 EA per film $ cis 8 F Dim. Fbwgbn Wadr*viw EA Mai-aim (V-W Dep1h), aornllets In place, per ja ob C17 71 Ede Depth Or V Die. WOMIMMA10101 VF tAaniro1 1 (Over V Depth). carrp" in $ place. per Cie I ir T" to ft 0 9 Vfte*mow I Cel G Ls Me als (lV Dap1h), ownplMs in *=I PW C19 Ls 10W4n 14�o&. 0 Tie-in to M- din's (141 Dsplh), compiels in 3c) Place. per W OL&M L4 C20 LS 60 Tie -In to ERA" 9 Weellowafar swvbe, amolob in Pima, ParLm" Cw—w-l� Sand B@cWM for 12' a10" Dia wadwAaw Mains, C21 1080 CY -7 mel P. AmInjamwQmwLjw s-::::]�� C22 ao - &W am" fbr CY VWMawMar glarbailes. cm0ft In omcm. per C" EA A*jg WaelMrMer Manhole to Finish Q md-, mal looks irt piece, pwam- C24 I Rul Ir sk*)-W C 6& LS PAPI& Morl"". compide In place. -- effwmft C26 1823 LF Tdwk*m homcdon of 16L 1 9-le, cm Ple1e in plece, per hmmm C211 1823 Tmich Sd*for Womomwelm UnW LF ma PorwmLm C27 a EA Trench So" for WeawAftr Manhole coagolob in plem, Isue- � perms C211 1238 Aqtm* Powsonert Repair (r" In Sege 10C SY Cal Ishm, per Yard -s C29 Traft Control. complete in OW*, Par CIO CX� LI f Ls UNM sum I s, ;,- S. OU)L,;,— L s -oCx--1 — TOTAL MME WD PMT C (llarm Cl through CU): S REVISED PROPOSAL FORM PAGE 11 OF 20 ATUCIMMMM4 is of 29 WWTZR C8AVIZL 2 7 S rRKI!U: sir FOR W-V LATEM'W 1 8 IV UNIT PRICE IN (QTY X UNIT PRICE IN MIM FNRMUI D1 "89 LF V x V , Conoreb (P. §QM4, coallpINe In pie, c -- oG s - : c- D2 3 4.0' $Q. Post Irid Riser, mnpW* in EA l�1 per bift ! • ( 5C, + �- D3 1 Cordele Siam WMw Junction Box � cC EA (Type 4) wr Past InIK ournplals in � j �' (.�CSC..;� � 141b �� c. pWoe, per s � Da $63 CY c«""*s1' Beddlrg Send for Precast RCS & ftudwiW mnpkm in puce, per Bed --t cood F« for shm W >r1 a' FNALM Pn iom illon, adnpisto D5 128 LF in place, Per MumLEM D6 '1952 LF Grads Overflow Swale, oompl is in Lj[ _ pWW per G D7 7315 SY 3.sedrr0 X Topuoirg in ROW for Erosion +, al•0e, SG PerMELM 47 D8 17,580 R IIInfiforr & 91141ft for OWAxbod S, Areas Oubditcf ROW, in 000 per AN A011W - D9 1900 Trench Safety for RCS, oompsto in OG LF PNKW per Lillow s - s D10 1 En Trench asiew Sloan Water struclllr+a aonrPlsd in place, Q S6 TOTAL ADDITIVE ALTERNATE NO.1 PART D (Items 01 through D10): $ !� REVISED PROPOSAL F'ORaM Jam[ NQ 4 PAGE 12 OF 20 AT ACIUYt N0. 4 Nmp I2 of 21 MWTZR CHAMML 2 7 lmmnkcnpmd=Ts PART 9: MCMft WA arva mam ^u&w mw%w ow is %, ,C-6 TOTAL AMTIVE ALTERNATE NO. 2 PART E EltwoughEg): S q-1 i -'� ? TOTAL ADDITIVE ALTERNATE NO. 3 PART F (Iftm Fl): S REVISED PROPOSAL FOR✓ ADDE14DW KQ 6 PAGE 13 OF 20 ATTACIBMT NO. 4 14m u of 24 m IV v UNIT PRICE W (QTY X U IN r —Tom ROM= FKMMM Lolmr7 El LF Ir x 9 Rsbftftd Cars=% EWK (p"WmQ. =10ble in plow, co per Caxmb Wb*vM tr 2-88L r x a, RC13 (TWw PW), coi. in per. I/low- E2 2 EA perlm fi E3 3496 6F 5' Ca Pg4prw. omwn**idbe per, per Somm Wln) IA E4 539 CY Proo"t RC13 In ph=, E5 (4495) CY fnla-dkuw* w Yord E6 (11" CY Roobwgular Low- ps to in phm, 9c, --- ya 493--7- -j E7 ;P4 I Peclowim Rod. complete in piece, per Lkmw Foot 1.52, - Ea LLi 404 LF TIM ld i Safety lbr RCB. WnplWA in phm. per Lkww Foot UCJ Gtr 1 ,C-6 TOTAL AMTIVE ALTERNATE NO. 2 PART E EltwoughEg): S q-1 i -'� ? TOTAL ADDITIVE ALTERNATE NO. 3 PART F (Iftm Fl): S REVISED PROPOSAL FOR✓ ADDE14DW KQ 6 PAGE 13 OF 20 ATTACIBMT NO. 4 14m u of 24 REVISED PROPOSAL FORM A ENDEK NOS 6 PAGE 14 OF 20 ATTACMMff MO.4 PMC H•r[ 29 II FM YC,W YAW CilAllrrEL IV v 1 MOM JTMM UNIT PRICE IN (QTY X UNIT PRICE IN G1 >M10 LF �ei11 d A dbnmft Bm ox (Precasq, in piece, U t � -1 SS � G2 (1) EA Conorrto VAfow for 2.88L 10' x r R= (Type r". cmpiMe In :z G3 E A E COpwr!er VAtgwer 1br 2.081.10' x r RC8 (Type PWh In alsoft Der j : - c� c� Z L?Z1�Gt G4 EA E InI ` ampleli I plain pm S& POM � GS 3 EA AM 12, on AJIM 4& SQ. Poet Met ftiiw, eompleM In plece, •- , "� f'G per C� 3-7 s-7 �C G6 3 EA SIO M WMerjunallon am UVW Bede�no In own. G7 736 CY G�i ! cci G6 (0.130) ITIMI Aw. GC. CY ompkft In per. IS PK tie 03M CY Ca�aMo Law -taow S oCtbn. :o en Iva k In ploce, _ �� t % G10 X60) LF w !Flirt M = Alt: �elie inlor+o lOr SwrM, c0fMPMG In plecoN per jMMEFf all M,af5) 8F amaw I T= MIT: . aanpN4 in : �. 012 (132) - Type C4 cC cz LF �no pm M In per. per Fact REVISED PROPOSAL FORM A ENDEK NOS 6 PAGE 14 OF 20 ATTACMMff MO.4 PMC H•r[ 29 REVISED A001183 itMCkd PROPOSAL FORM AiiilcMUM M0, 3 F71GE 15 OF 20 P isof ZO N v IT UNIT PRICE IN (QTY X UNIT PRICE IN FNXIRES FlOUREs 013) LF Con libudon Type C4 (ModNlad), cmutple -s In place, 10 : , 014 i00 sy ' AWMK PENGNOW Rooidr RYpe 1), Iomp-.-. In place, l 015 O hY >teedNfp i T in ROW for �% .-� 56 EMsbn COMM, compia -a In place, 016 (4W4) Raa- o -Mon &Vaodhigfor DI -1 Antis Oujokb of RM, C7 ADD TO Aft Truid Balmy for Wo and RCP, owwoft In 017 1m LF place. per *MLEM 018 (E) Trench ifmm VWaIw S&UGIW% ooMpi- -s in per: CCU 019 E6 LF ADD son M a p P44 `in place, _ �� L 1 l� G pw 0120 460 LF 1 rx fthdbioed Comob Box (Pncaell CMG ��: M _ ?3 : 011 3 EA D2: 4.0' BQ Poet Inlat RlaW, cowgftd In plots, G= % �C , 7 S c c 012 CY MWMAW �} Protow Rea a ftuchwas, tin1m•, 7 ` _ 7foCec owcuwaywd : _ 013 490 AM ps. Orade LF In place, .�place, a ., � L l`.i Z W i- $_ REVISED A001183 itMCkd PROPOSAL FORM AiiilcMUM M0, 3 F71GE 15 OF 20 P isof ZO TOTAL ADWW ALTERNATE NO. 4 PART 0 (MoM 01 through 621): $ 7-IVj � � 5aj—:S /Z C2. REVISED Abomwmrftf PF460SAL Fow ATTACIMEW HM 4 PAGE 16 OF 20 Poo AS of Total aid Dart x haws Al dMough AGO Total aid Dart a Rows 31 through ale /69:5 a �-i 1 , . rots' aid hrt C haws Cl through C29 a �t l l , 6fc - s '�O'#]►L: t A, a and C): 19 <A-1 Jo— low - Agwn #z2=w= no. 1: N0. m - D�IPTioll Tat71L8 Totwl aid *art D haws Dl tkcaugh Dio a14_ ► o ..�- -� go. mwmmw� total aid t I =tai r1 90. 3: NO. 4: a 375�C)M.`= - MG. 4. DlBCRIPTIQ! r0'�LS F.;otal Bid rt O Itaws M tbz=M* 026 s �" ]i11 5 c 5, ,q 44. S—O ptz REVISED PROPOSAL Few ADOarDi�i ivo, PAGE 17 or 20 A1TACMUNr NO. i Pam LT of 20 The undersigned hereby declares that he has visited the site and has carefully,exapined the plans, specifications and contract documents relating to the work covered by US 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 more estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the feeaal contract and will deliver a Perfomance Bond (as required) for the faithful perfoaance of this contract and a Payment Bond (as required) to insure paymant for 41 lalllr and materials. The bid bond attached to this proposal, in the amount of 5% if the highest amount bid, is to became the property fo the City of Corpus Christi in tho 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. Time of Cosgfletien: The undersigned agrees to complete the work within li M10W.AMM from the date designated by a Work Order. no additional tie will be allotted for say A"itive Altesmate. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all the 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): (:Seal - If Btdder is a Corporation) DOER: Do net detach bid from other papers Fill in with ink and submit complete with attached papers. Respectfully submitted: _ casaw�s) Address: (PP.O.BoI'x) (Street) (City) (State) (Zip) Telephone: 11,2 "x`15' kit REVISED liho0 MMS PROPOSAL FORT. ATUCHOMM N& d PAM 19 OF 20 L r4la nee" CITY OF CORPUS CHF411M DISCLOSURE OF INTERESTS CRY Of C04M CNIM 0041111ance 17112, as minded, roqtdm MR pwwm or km ndft to do Wsineas with the City to provide the inlicallig irdbrooWn. Every quasftn must be arhswerad. lftwqueadmis not app§cW*,Wwm with 'W. FM NWWA: ....... .... 1-1.1 .................. ............................................................... STREffr:_ CITY: ZIP: FM W- 1. COMMMAw 2. P0011 0 $*_ 3.3018 Owner �_ 4. Association 5.Olher lw�'. *' .71 '. " If a*'"- al "MMU mc@*My, 08=6 use the reverse Me Of this Pop or attach separate ~ 1. SUO the MWO of NO 'wNPbYse Of 11* CNIF Of CwPWG CMW Mwft an 'mm*W lnbmr cmatkudng 3`16 ornmeof the nlis In the above IalaNd offromm. Job TMo MW 2. Stalls dw Of 00 *GffkW of the My of Corpus Chrbd hovkV an "ownership InbreW conedbifing 3% or Im"a of the Ipleft above rm. "Nna". NM 1. ti JA, T-0 3. Stalls IM rum" of loch WAMMIM' Of to City Of Corpus ChrW having an "wmmmMp Inanwe tillift 3% 4* more afthm no wel-ip bgwabove rhMaed "fine', NMI 4- StRIM the MMMP Of 040 Mplal -8 or aftw of a "=a dbW for the City of CWMW Chried who wMW on any nMm midN * the @*$M of this comilma and has an -WMMWip kftmr =wwftMng 3% or IIwe Of tM 0~11111111 In the 6bove Moted -&W. consummit CWtTIFICATE low" sign Pvvid*d is Wm sad OMMU as Of the dift of this abftm@K OW I have not Wwxkqpy woo" dWdo"m; of >v7 requeded and IM SUPPIMMUM MOMMAs will be Wmpdy N*mMmd to the City of Corpus cmw, Tomms won so CwtIF*q Pwwmm Title: ,avve or PdA1 MV"ftm Of Cw*yft PMon:AfV,., UI/ 11 REVISED ATTACOMW No. 4 Few 19 a PROPO"L FORM f2o DEFINITIONS a. "Board 1010,00 . A nMtw of arri board, conwrission or carnmbse app~ by the City Council of the City of Corpus Chris it Taxes. b. "EnVWIW. ft perm employed by the City of Corpus CWM. Texas, either on a full or part *m basis, but not as an kxbpwdwt dorwalcler. c- Tim'. Any op"M for soammmlimin, whalher prollessional, miumirld or commercial and whadwer estmMalml 10 pm*m or wM *Vmduat or ssrv4% kmkmft W not brand Im. N apartled In the form of sole imaiviskahip. =,I ass-111— 1 -1 VMS. pa OWN 11 a* a On . is alocit omvWmvj. *t ven6m, raceivenW* or bud &W entitles which, for — af%xmkW4 are Ineatrtd as non-praflt orgarrizatlorrs. d. '08CV. ThOolftor, marnbem of the Oki Councl, City Mmnmqw Deputy City Marrapsr, Assistant City h4magiers, Demirm t OlIdDiMaiHmalm and ll-iticip Court Judoms of the Cky of Corpus Chdad, Texas, o. "Chmnardo lr#w=C. UWml or equilobb Moll m actually or conabim*vely W in a fkn kx*xft when such if 101 b 1140 tmj# On Mark VUK 41111010 or hailling anity. TAmmiruclively hsW relays to holding oroonlrd 1 1 111 1 lbough vift trusts, p al A a s or special Ism of varibirs or parlivership molesmuft. f. 'CommulleW. *ny p a @a r or fim such as w*mn and archileft Wed by On City of Corpus Christi for the purpose of F Non 'fl, ineultn 11118 ADCgmW Nei ATTAC21 I D. 4 REVISED Pais Of 20 Pmrs! L POM BOND NO.: 104915184 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: TEAT Ramos Inftstries Inc. of HARRIS County, Texas hereinafter called "Principal ", and ND SURET COMPANY corporation organized under the laws of the State of CONNECTICUT and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, i municipal corporation of Nueces County, Texas, }'Iereinafter. ,-ailed "City ", In the penal sum of TEN MILLION THREE EMRED FIFTY -SIX THOUSAND, SIXTY -TWO nun 70/100($10 &356,062.70) DOLLARS, lawful money to be paid in Nueces County, Texas, for the wei _ am truly `o btu made we bind ourselves, administrators and succe-soT"s, jointly and these presents: of the United States, payment of which sum our heirs, executors, severally, firmly by THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a pertain contract with the City of Corpus Christi, dated the 27TH of —MARCH—, 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: MASTER CHANNEL 27 DRAINAGE IMPROVEMENTS PROJECT NO. 2263 (TOTAL BASE BID + ADD.ALTS.NOS. 1,3,& 4: $10,356,062.70) NOW, THEREFORE, if tte principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PIWVIDW) FURTHER, that If any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such - hange, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given '_o meet the requirements of Article 5160, Vernon's Civil Statutes cf Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be deii-�-ered and on whom service of process may be had in matters arising out )f such suretyship, as provided by Art. 1G -'i, `Jernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument each one of which shat; be deemed an day of APRIL 20 t 7 — - - -- -' PRINCI R MOS IPUSTRIES, Print_ ?Jame & Title) is executed in 4 copies, original, this the 11th ATTEST J w -- •____ - S e ary _116v1& 9!tMos- 'Print Name, SURETY TRAVELERS CASUALTY AND SURETY COMPANY ffUU5T0UN, WWUAKU,. EASON. (AWLr, TOMPORDE, AND ANDERSON, W_ dba Insurance Alliance Attorney — i n —fact 1776 Yorktown, Suite 200 JOANN PARKER Houston, Texas 77056-4114 (Print Name, TDI License #1381 REIN #760362M The Readdent Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: KEETCH & ASSOCIATES Contact Pers0n: MICHAEL RHYNE Address: 1718 SANTA FE STREET CORPUS CHRISTI, TEXAS 78404 Phone MOnber: 361- 883 -3803 (NOTE: Date of Performance Bcnd must not be prior to date of contract) (Revised 9102) Performance Bond Page 2 of 2 BOND NO.: 104915184 P A Y M E N T B O N D STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Ramos Industries Inc. of HARRIS County Texas hereinafter called "Principal ", and AND SURETY COMPANY a corporation organ= zed under the laws of the State of CONNECTICUT , and duly authorized to do business in the State of Texas, hereinafter called "Sure -_y ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter ;allee "C ty ", and unto all persons, firms and corporations supply ng labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of TEN MILLIgg, THREE HUNDRED FIFTY -SIX THOUSAND, SIXTY -TWO AND 70/1004$10A356,062.70) DOLLARS, lawful money of the United States, t,-) be pa d in Nueces County, Texas, for the payment of which sum wel -. and truly to b-� made we bind ourselves, our heirs, executors, admynistrators and succe sons, jointly and severally, firmly by tnese presents: T*E CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 27TH day MARCH , 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of: MASTER CHANNEL 27 DRAINAGE IMPROVEMENTS PROJECT NO. 2263 (TOTAL BASE BID + ADD.ALTS.NOS. 1,3,& 4: $10,356,062.70) N*W, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, coroorations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and ali duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. P#OVIBHD FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms cf the contract, or to the work to be performed thereunder. Payment Bond Page 1 cif 2 This bond is uiven to meet the requirements of Article 5160, Vernon's Civil Statl.ites c,f Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material" as used herein arF it accordance with and as defined in said Art _cle The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out f such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, --his instrument is executed in 4 copies, each one of which shall be deemed an original, this the llth day of - - APRIL 200% PRINCIPAL RAMOS LNDUMki�S, `3y: je°'Sw(- x4M &i PROS /DE�1 Print Name & Title) ATTEST Styetary Ml 6UE4_ IegMaS Print Name) SURETY TRAVELERS CASUALTY AND SURETY COMPANY OF AluIER I CC A BA y TONMRDB, AND q ", dba lnsuranceAlliance 776 YorktOwn, Suite 200 Attorney-in-fact Houston, Texas 77056 -4114 JOANN PARKER TDI Lreease #1381 PEN 1!760362043 'Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivez -7 of notice and service of process is: AgOncy: KEETCH & ASSOCIATES C00tact Person: MICHAEL RHYNE Ad4rsss: 1718 SANTA FE STREET Ph*n* ftmber: 361- 883 -3803 (NOTE: Date of Payment Bond must nct be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 ARKIING Ti n�Z t" ')FR rir AT70RNFY !6 INVALID WITHOUT THE RED BORDER STPA L PO'",ER OF XTTORNEV TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and uarant-v Insurance t nderwriters. Inc. Travelers Casualty and Surety Company Seaboard Sm ety Compao+ Travelers Casualty and Surety Company of America tit. yard Firm ;ind Marini Insurance ('ompan, United States Fidelity and Guaranty Company Ilitlorney - InFactNo - ) I -4 -�s, Certificate No. 001136787 KNOIA ALL MEN B1 THESE PRESENTS hat Seaboard, pure � t 'onipany is .i corporation duly organized under the laws of the State of New York, that St. Paul Fv; and Marine lnsur,,n,e Compam I . Paul (w,t diau Insur. rcc t i mpam and Si Paul Mercury Insurance Company are corporations duly organized under the laws 01 ;he ',late if Afinnc,oi, that Fannin iR +n t asu +Ity Compan Tra„ler, Casualt, .in(] Surety Company, and Travelers Casualty and Surety Company of America are corporations dui br _;n %ed under ±hr reds it z'r,. State of L'� i;necu; tit. that l lniteo States Fidelity and Guaranty Company is a corporation duly organized under the ia,�- of the State of h1ar,!and, that F ;dent ,md t - uarant, Lnsu ante 1: I+nnpanc is a corporation dui organized under the laws of the State of Iowa, and that Fidelity and C;;rartna; In-uta ice 1 Acrwritei, in_ i, ,, rip.= �ation luh : �; ,utri,r,i widci the lain id the State or Wisconsin therein collectively called the "Companies "), and that the t'onipanie, to heir- ­ make. ,omtrute and ,i; poim C. VV Adams, Harlan J. Berget Andrew Janda. C onald Woodard Jr, Michael Cole. Sue Kohler, Cheryl R. Colson, Sharon Cavanaugh, i_elano i Rauch. and JoAnr Parke- of the ( uv of HOU110111 _ . Staic of [eya." _ , their true and lawful Attorney(s) -in -Fact, each in their separate ,apacity it more than one c named abo, to s)kn, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings ohliSaior_-, to the nature thereof ­i behalf of der Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and execatin_ -a guaranteeine ponds and undertakins required of permitted in any actions or prWeedings allowed by law. IN WITNESS WIEREOF, the Congvites ha%, caused this nstrulnern to be signed and them corporate seats to be hereto affixed, this da, of Febt -114N _006 Farmington Casualty Company Fidelity and guaranty insurance Company Fidelity and guaranty Insurame Underwriters, Inc_ Seaboard Surety Company St. Paul Fire and Marine Insurance Company 16th St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company p u��r SIWEi� E 6 �t�� NS�q n 1V ANO i COAA�f'rtj �p11P.00Alf �` u s C.' = t f a z o 1977 1927 �'� (S31J SEALao LL, +; �` coNN. aro }1t io �6 4. State 01 C Anne, l lent Ci!, tit HalliOla ss. ll _N pon SenC ge W s ' r Vic President 16th February 2006 On this the da �I hefore me personally appeared George W. Thompson, who acknowledged himself to he the Sun or Vic, President of hat nuigton i .ksuatn Conipam ±-dehq and Guarants Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Suret, Comila iy, St. Paul F i, and \larinc Iusurai:rr Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casual;, and Suret, Company of America, and united States Fidelity and Guaranty Company, and that he, as such, being authori /ed so to do, e�, cured the fot, , r =ing instrut =tent 6.i the t ti pow, therein contained b\ signing on behalf of the corporations by himself as a duly authorized officer. In Witness Wher"L i hereunto set iris hand and official seal Mr Commission expires the 30th da, i f lunr. ?u' 1. # " v�{.� W 58440 -6 -06 Printed !n I.S.A. Marie C. Tetreault, Notary Public AC01: CERTIFICATE OF LIABILITY INSURANCE 4 0 2007 DATE(Ira111DO1YYYYT� PaopucEa THIS CERTIFICATE IS iSSUED.AS.A MATTER OF NFORMATION Bowen, Mclette & Britt, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 111 North Loop West, 4400 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Houston TX ?7008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS:AFFORDING COVERAGE NAIC # INSURED INSURERA!Valley Force Insurance Ramos Industries, Inc- P.0, Box 5665 i;NSURERB;TranSContinental e Co Pasadena TX 77508 IINIIIIURERc rance Co. 21199 r ^W=nAnre THE POLICIES OF INSUIIIANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANt ANY MUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHIM THIS CERTIFICATE BE ISSUED OR MAY PERTAIN, THE INSURANCE AFPORDED BY THE POLICIES DE'SCR'IBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCL INS ANt CONDITIONS OF SUCH PCLCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSIR POLICYNUMBER WA CTNE POLICY T N� A aBiERAYUABILm 2092263149 71/11/2006 11/1/2007 EACH OCCURRENCE t ERCIALQRKR�AL—LIABILITY CLAIMS MADE L C)C +BUR ; MED EXP An — psrssn 115,000 PERSONAL& ADV INJURY $ - - . - -.. -- — - - - - -- I GENERALAGGREGATE 1 GENL AMGREGATEL&W APPLIES PER: Y ! P1U4 LOC PRODUCTS- COMPADPAGG S B AUTOMIIDILE LIABILITY / ;U2 '192 2 6 31 S 2 ANYAUTO 11/1/2006 11 / 1/ 2 0 07 COMBINED SINGLE LIMIT (EsaaldeM) 1, 000, 000 r ' ALLOWNEDAUTOS ~� SC14EDULEC AUTOS ! IN (BPODIL rvan) RY $ )( HIND AUTOS NOM OWNED,UITOS i BODILY INJURY (Persaddsnp $ PROPERTYDAMAGE (Par soddanl) $ �i ABtUABIUTY AUTO ONLY -EA ACCIDENT S ANY AUTO i OTIERTHAN EAACC AUTO ONLY: AGG $ $ C EXCESaIIIIABRELLAUASILITY ,/ Tp000248102 OCCUR CLAIMS MADE 11/11/2006 11/1/2007 EACH OCCURRENCE $ AGGREGATE $ S _s DEDUCTIBLE ' S ION II j} !EM2PTIA!YREERC S' m&AT MND IL(TY ! 1162853 11/1/2006 11/1/2007 X aTU ER E.LEACHACCIDENT ..�. S 1, 000,000 ANYP PA ECUTNE O EXCLU� av .LDISEASE- EPLO E EL DOME - POUCYLIMIT S E OTHER OT6600528 &565 Equipment 11/1/2006 11/1/2007 $300,0o0.Limit ed: $2,500 Min. �ented/Leased ed: $5,000 Min- Cranes DEMOTION OP TIONa ti ocATNMIS t VEHICLES A ExcLusmm ADDED BYEMDORS MENT I {PECM.L PROMtIONs Project name: #2263 Master Channel 27 Drainage Improvements he City of Cyrspus Christi is named as additional insured on the Auto,General liability policy as required per written ontract.30 Dr'y notice of cancellation on all policies~. Ac�1'Trlrw��� • wa�w. City of Corpus Christi Dept of HpEineering Services Att31: Contract Admin,;PO Box 9217 Corpus Christi TX 78469 -9277 28 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED SEPORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL xxxxxxxx xx MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, xxx xxxxxxx xx xx xx 70 XXXXX XX?IXXX xx 0LX]0(XXXX XX Xk)ot= xxX xX XXx 2=x xxxx xxx XXXA3 x, XXx XXXXXX xx xxXXXXXXXXXXXXX. REPREaaNTATME W_.'d"d_dEF1W1_q" Po1i #V2.092Z63149 G-14031A, 1 0 EN CONTAINS DUTIES THAT APPI.Y. VTHE AbblITIOR 'S T4 'PH EVEt4T:OF CURRIENCE, OFFENSE, CLAIM OR, SUIT. SEE PARAGRA ASEMENT POR THESEDUTIES, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE . READ - IT qA W FUTT, CONTRACTOR'S SCMDUL9D AND ILANWT At 01W41, 11tSU , RED ENDMSEW*Nlr WITH PRODUCTS-COMPLETED OPERATIONS d. OVekAGE This endors0ont rr.mW" insurance pio%Wdad sindet the fotlovVing' `COMMOCIAL $"P-RAL LIABILITY, COVERAGE PART SCHEDULE Norris of PoWn or Organixation. goolgritted Prplect. City of Corpus Christi #1263 Matter Chaunal -17 'Noinalkd 11#t6vefteuti. Po: sox 9277 Coppus Qbriavi, T& 780,9 4 (Coverage *der ft ontlorsorment lor-not affOctedby an entry or Wok dfqntry U.1 the 6cftedulb, above.) A. WHO [%.A$ POURED (Section amended to. ftbAdo. JK in ured any wm, or organfadon, I F 0 - A M the, soli Wory or lanhtiftnshow I dj WNbm you a, )A. sure rid', ti�.W I" in a insured vid ItIdW.' In on this er a %ottih 0ontridt, oe, 6,60re on ciomract dt whA%n moment must be, ­&am vuuw� 1. 00*ntjyln effect or4 MiN90001veduring the , o c, �q UM of this ppllq�; at -2. Ex*uted prior to.ft,�'bodly lNury." "property dar6go," c S. The InsWence 'prov'rewd fie the Wdluo.naj fhiulred is, IImW 16 fbilaw. 1, Thal parso or organization- is -sir qd I Oh*- Ow 110111ty due to Y64r riegfideihi:d P cally.msufto from "'Vmr WOrk" tior. Ov Vgured which J& OubjOct of the a m o4rft _0 or writtan. �grjemqnl, b wrilp co"Awpa. to liability reollfig "tn tie sole n he addItIonil in r6.d, nV er nr 2. Unift of Insurarigg appilebble, -4-0 the veil the W 4, In logred acv the 4i spod% Rid '16 1,9 or wriffen qr"ment or In Ilion a , 3. The coverage- prcvid6d fd tha: admo ml Insod by tilts on0 ra emen bild pannNg h f. of th definition of `insured' W %e 'rack' uhd0 DEFINITIONS (S90bgrv-do. _ voo* 46�41(. hot jq y In U . pr property 410W 004- Wt- Of' the o-cornoto ---1h'aZW*' !Unless A. 11ho -trisuronce ­ptoviddd to the additliDnal d ql: BPI* 10. 006di '11 'properly. 4MPry!" 001 Mail* 'Jrimy aKe(no out of an .. " - ' .of surve"00 rendering 0 V failk're 10. ren&r My profosoonal O Iqos fb01 d MM a. The properingapprovip qg to prepare or fol W1 h* or approve j%'*h1qns pprove maps #A6p 6Wlh reports; surveys- 04 X orders or drawlings: o6dsedftxibml , and 6. :Su _erv' 1160"r - or TAbPb4%dI1 I'M pvtormed, P y 0I is 046, Of _W7 A06d Arddi*mt or- eqIhoWna a0Q'yPm C. As :respects the- Wmegq 9mytdW �Undve 011 - * . I- - . ­ Im I endbm�Aent COMM CIA GENEPAL All" 0NDffI0N5'6r6_-ArqeA fcaows: -14 nN0 follOWIM14s -added; o. t the a Duties Irk 1. .1.19 l? mvrd, of OccUff6m -, dffense. Claim or 861t doriftn, Q-14034-14 Page 1.of2 (SA. 611VII.) e. An ackWonal insured .Pr*r th-ts endorsernetit will as 506h as proc#*W (3k - I occurrence or an v-0ttem notice of .an occur O*j'j to us which - MBY'10'_ 10h a C18iM s:. or undertisMAM noe, (2) Toder end lndemNtY of Any or *"V�r to ark other insurer which bag 1hW! *nce b9s, we cover Ks boveraggpoirt; and (3) Aame to m8tge Imik* liny other Wourance W additional insured -we cover Under this over��e Part. f.; Vft. We no duty to d#foftd or Indem* ph adOcinal Insured unftr -N,& endorsement G-140.33-14. (Ed-. 01104): . . - - wHtlen 601f,&-y' i, Tim or u 01 'we W8198. Sul. from Die. acgWni iriaiisred'. oodbs theOthersutanc6 .... c ril 2. Par ph. Cb. of b deleted and replaced"With tb'O. 066onsur'10ted 11ils thsurghce is excess over insurance. mafnftbie additional itista>=ett at an t6gur44 -Whemer prim i 4..e, m0s, tcontlngenl -or -on any .*w 1* 4 - nlOel3 gi written Go ntrad or written rat that thlil either prlmar' tit Pd nohcontrib9tIN .:, G-114030.114 2 of -2 (Ed, OW), POLICY NUMBER: COMMERCIAL AUTO U209226 152 i CA 04 03 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /TEXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINjSS AUTO COVERAGE FORM V/ GARASE COVERAGE FORM MOTO1k CARER COVERAGE FORM TRUCKERS 0OVERAGE FORM With respep to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countgrsigned By: 11/01/06 Named Insured: Ramos Industries,Inc. D e SCHEDULE of Additional Insured:Per Schedule On File With Company City af< Corpus Christi / PO Box 9277 Y Corpus Christi,TX 78469 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable b this andorsement.) A. Who I#An Insured (Section II) is amended to include as an " insured" the person(s) or organization(s) shown-in the fthedule, but only with respect to their legal Ibbility for acts or omissions of a person for whom Llablitly Coverage is afforded under this policy. B. The additional insured named in the Schedule or Declaqtions is not required to pay for any premiums stated In the policy or earned from the policy, Any return premium and any dividend, if applicable, declared by us shall be paid to you. C. You are authorized to act for the additional insured named in the Schedule or Declarations in all matters pertaining to. this insurance. D. We will mail the additional insured named in the Schedule or Declarations notice of any cancellation of this policy. If we cancel, we will give 10 days notice to the additional insured. E. The additional insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA 04 03 .6 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 POLICY NUMBER: 02092263149 COMMERCIAL GENERAL LIABILITY CG 02 0512 04 THIS aNDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. /TEXAS CHANGES - Ail E1 DMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This erWcrsemant modifies insurance provided under theJollowing: V/ C MEFiCIAL GENERAL LIABILITY COVERAGE PART ILROAD OR LABILITY COVERAGE PART ER AND CONTRAMRS PROTECTIVE LIABILITY COVERAGE PAF2T LUTION LIABILITY COVERAGE PART DUCTWITHDRAWALCOVERAGE PART DUCVWCOMPLET.ED OPERATIONS LIABILITY COVERAGE PART PROTECTIVE LIABILITY COVERAGE. PART In thesvent of cancellation or matertaal change that-reduces or reWcts the insurance afforded by this Coverage Part, we agree b mall prior written notice of cancellation or Jnateriai change b: SCHEDULE 1. 1NiIirns: affy OF CORPUS CHRISTI; DEPT OF ENGINEERING SERVICES ✓ , CORPUS CHRISTI,TX 78469 -9277 a' CO 02 0512 04 Copyright, 18.0 Properties, Inc., 2003 Page 1 of 1 POLICY NUMBER: U2092263152 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. JTEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: V BUSINESS AUTO COVERAGE FORM GAR E COVERAGE FORM MOTCP CAFiIER COVERAGE FORM TRUCKERS COVERAGE FORM With resWt to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified bar the endorsement. This endofement changes the poky effective on the inception date of the policy unless another date is indicated below. Endorsement Efibctive: 04/20/07 Gount By ": _ ��.. 've Named I red: Ranws Industries, Inc an1Arr%1 is r.! 30 Name Of Person Or Organization - CITY OF CORPUS CHRISTI; DEPT OF ENGINEERING SERVICES Address- PO BOX 9277, CORPUS CHRISTI,TX 78469 -9277 If this pol*�rr is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to hhe person or organization named in the Schedule. We will give the number of days' notice indicated in the Schedvie. CA 02 44 06 04 Copyright, ISO Properties, Inc., 2003 Page 1 of 1 NU.9JQS 9 WORKERS' COMPENSATION AND EMPLOYERS IkL -A- Ad, LIABILITY INSURANCE POLICY k'l;UZ ompaagr WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endowment applies only to the insurance provided by the policy because Texas is shown in Item &A, of the Inforfnation Page. In the evW of oa ncellalion or other material change of the policy, we will mail advance notice to the person or ofganizatiM named in the Schedule. The number of days advance notice is shown in the Schedule. This endoteement MWI not operate directly or indirectly to benefit anyone not named In the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice w N be rft Wed to: CITY OF CORPUS CHRISTI PO BOX 9277 DEPT OF ENGINEERING SVS ATTN: CONTRACT ADMIN CORPUS CHRISTI, TX 78469 -9277 This anilimmnWahmVes the poky to which it is afthed effective on the inception date of the policy unless a dillerent date is indkoted below. (17M follaft VtsoNng d"e need be completed only when this endorsement is issued subsequent to preparation of the Poky) This endoralillont, dffeefve on f April 25, 2007 at 12:01 A.M. standard time, forms a part of Policy No. TSF- 6001162858 20061101 of the Texas Mutual Insurance Company Issued to RAMOS INDUSTRIES 1 NC Endorsement No. 3 / Premium S 0.00 Authorized Representefive WC420"I IND. tay iNSURED'S COPY AXFLORES 4 -26 -2007