Loading...
HomeMy WebLinkAboutC2007-082 - 1/23/2007 - Approved'()07—W4 ReN nolds Inunci jiw) w. BROADWAY BASIN SEWER 'AAME Pla., Al--), ' AIJI T AT 1,10.1i I- 4P 47 UE pll� PROIECT Tio: 4 BAN x�T (Revised 715/00) BWADHAY MffP BASIN SBRVICB AREA SE ZR LINE REHABILITATION REBID Table of Contents NOTICS TO BIDDERS (Rc =vised 1/5/00) i NOTICK TO CONTRACTORS - A (Revised Sept_ 2000) Insurance Requirement: NOTICE TO CONTRACTORS - B (Revised 1/13/98) Oor.ker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPNCIAL PROVISIONS A -1 A -2 A -3 A -4 A -5 A -6 A -7 A -8 A -9 A -10 A -11 A -12 A -13 A -14 A -15 A -16 A -17 A -18 A -19 A -20 A -21 A -22 A -23 A -24 A -25 A -26 A -27 A -28 A -29 A -30 A -31 A -32 A -33 A -34 A -35 A -36 A -37 A -38 Time and Place of Receiving Proposals /Pre -Bid Meeting C9efinitions and Abbreviations Description of Project Mlethod of Award Items to be Submitted with Proposal Time of Completion /Liquidated Damages Workers Compensation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Woge Rates (Revised 7/5/00) Clpoperation with Public Agencies (Revised 7/5/80) H#intenance of Services Area Access and Traffic (:ontrol Construction Equipment Spillage and Tracking E *cavation and Removals Disposal /Salvage of Materials 4e `' Off Not (Jsed Schedule and Sequence of Construction Construction Project Layout and Control Testing and Certificatior: P*', t � -NOT USED Minority /Minority Business Enterprise Participation Policy (Revised 7 /5/00) Not used Strety Bonds S2 es- =atepif No Longer Applicable (6/11/98) SL�plemental Insurance Requirements 12r..,ffi ^.a f [#amage r'�4me- -Not Used Ct tsidorations for Contract Award and Execution C tractor's Field Administration Staff An*nded "Consideration of Contract" Requirements Arnded Policy on Extra Work and Change Orders Ar*nded "Execution of Contract" Requirements Ccditions of Work Prwedence of Contract Documents f (Revised 10/98) - -- Not Used er Submittals (Revised 9/18/00) nded "Arrangement and charge for Water Furnished by the City" ker's Compensation Coverage for Building or Construction Projects for ernment Entities -i - (Revised 71 SECTION 02202.( 022022 022100 5/00) 022 EARTHWORK Excavation & Backfil Utilities & Sewers S9 Trench Safety for Excavations Select Material (S -1") SECTION 025 -- _ROADWAY 025 Pavement Repair, Curb, Gutter, Sidewalk & Drivewa Re 025222 Flexible Base - High Strength y Placement (5 -54) (S -24A) 025404 Asphalts, oil,,-,- and Emulsions (S-29) 9) -•� f rime Coat (S 30) 025424+ Hot Mix Asphaltic Concrete Pavement (Class A) (S -34 025610 - Concrete Curb & Gutt,ir (5 -52) ) 025612 - Concrete Sidewalks & Driveways (S -53) 025802 Temporary Traffic Controls During Construction SECTICi 027 - SEWERS & DRAINAGE 027203?- Vacuum Testing of Sanitary Sewer Manhole and Structures 027602 Gravity Sanitary Sewers (S -61) 027604 - Disposal of Waste From Sanitary Sewer Cleaning Operations 027610!- Televised Inspection of Conduits (S -125) SECTION- 028 - SITE IMPROVEMENTS AND LANDSCAPING 028040 - Sodding 028300 - Fences Relocation SECTI08 030 - CONCRETE, GROUT 030020 Portland Cement Concrete (S -40) 032020 Reinforcing Steel (S -42) 038000 Concrete Structures (;; -41i ECTIr 050 - METALS 055420 Frames, Grates, Rings & Covers (S -57) 1 T 7.' ICAL SP=FICATIONS DIVISI 2-- SITEWORK 02040 - "Geotechnical Investigation 02733 Sewer Manhole Rehabilitation High Build Epoxy Coating System with a Protective Cement Liner and SECTION G - SITE UTILITIES 2G17[2 }°-- S- anitary Sewer Manholes and Manhole Liners (Fiberglass) 2G29[2} - Reconstruction of Sanitary Sewer Pipe by Cured -In -Place Pipe (CIPp) LIST OF DPJkVMGS NOTICE A6RRXNR$T • • S ,L • STAMMENT •9 «- BOND PAYMENT 1BOM man NOTICE TO BIDDERS 1 NOTICE TO BIDDERS Sealsd proposals, addressed to the City of Corpus Christi, Texas for: BROA IAY VWTP BASIN SERVICE AREA SEWER LINE REHABILITATION; Base Bid consists of the rehabilitation and video - documentation of approximately 12,080 LF of 8" to 21" dia. sanitary sewer lines, the rehabilitation and video - documentation of 44 existing manholes, point repairs and construction of 2 new sanitary sewer manholes. The rehabilitation of the sewer lines shall be accomplished by use of cure - in -place pipe liners. The restoration and construction of the manholes shall be accomplished by using fiberglass manhole inserts and manholes. This work shall be executed in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wed ,aft, October 25, 2006, and then publicly opened and read. Any bid rece2kred after closing time will be returned unopened. A prey -bid meeting is scheduled for Tuesday, October 17, 2006 be in at 2100 p.m. The pre -bid meeting will convene in the Utilities Building Conf enc room, 2726 Holly Road (corner of Holly Road and Service Center DrivAl and will be conducted by the City of Corpus Christi. The meeting will ?include a review of the project scope followed by a question and answer session_ A bi(* bond in the amount of 5% of the highest amount bid must accompany each roposal. Failure to provide the bid bond will constitute a non - resp(4sive proposal which will not be considered. Failure to provide required performance & payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans6 proposal forms, specifications and contract documents may be prociWed from the City Engineer upon a deposit of One Hundred and ap /100 Dol}rs ($100-00) as a guarantee of their return in good con- tion withi two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non- refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates; which prevail in the locality in which this work is to be done and that ouch wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "worktnan," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irre*l.arities and to accept the bid which, in the City's opinion, seems most advantageous tc; the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revisied 7/5/00 NOTICE TO CONTRACTORS - A I,JThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. C-1 The nacre of the Project must he listed under "description of operations" on each certificate of insurance "i For each lnsuranc(, coverage, the Contrac =or shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should y*u have any questions regarding insurance requirements, please contact the Contract Administrator at 880- 3500. Page 2 of 2 I NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is requited: TYPR OF INSURANCE 30 -Day No ice of Cancellation required on all certi #icatos Commercial General Liability including 1 • CogOnercial Form 2- Prises - Operations 3- E osion and Collapse Hazard 4. Un rground Hazard 5- Pr ucts/ Completed Operations Ha rd 6- Co' ractuial Liability 7• Br 'd Form Property Damage 8. In pendl+nt Contractors 9. Pe- onal Injury AUTOMOBIL]3 LIABILITY- -OWNED NON -OWNED OR RENTED WORKERS' COMPENSATION EMPLOYERS' LIABILITY EXCESS LI LITY PROPESSION4L POLLUTION LIABILITY/ ENVIRONMENIPkI, IMPAIRMENT COVERAGE Not limite4 to sudden & accidental discharge; ' o include long -term environmenal impact for the disposal of contaminant BUILDERS' F41SK INSTALLATI(* FLOATER MINIMM INSURANCE COVERAGE Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT H REQUIRED X NOT REQUIRED See Section B -6 -11 and Supplemental Insurance Requirements f] REQUIRED X NOT REQUIRED $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements U REQUIRED X NOT REQUIRED Page 1 of 2 w NOTICE TO CONTRACTORS - B u.. . 1 ille S. VNSt.R -0C1_ Part II. TEXAS VZ OR1LERS' (7O'NIPENSATIOfN COMN. 1ISSI0 ' Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. ENIPLO�TR NOTICES 110.110 Renor -ring Reauirtmencs for Building_ or Constr-uc::on Brojects for Governmental Entities (a) ne following words z:c :e:Tns, v.-hen used in &,!S Mie, scaii }:a-: e the following meanings, unless ' the itontext c:e?xly incicztzes c_C,"Se. 7t =.s not de^nec in zr-,s r.:ie s :mil have the meaning defined -in the Texas Labor Code, :r so cedned 1) cerTlncat_ OI cove.-_z° �:C�:_, _ C: DL' 02 a C °..L ^C3I_ ��L'r' �r1C a C rT1IIcate CI authoriry to sta- Insure Issued G'." L.ne c; a worKC:S- co mOeassaucn coverage aeree:nent (TWCC-81, TWCC -32, TWCC -S3, or i �Y'Ct S �� showing sarutory workers- cc..oensation insurance coverage' — for 11be person's or emirrs ern -2lOye °S (inciuding those subject _O a coverage agreement) providing services on a project, : r r tine cu.: ation of the project. v {2) Building or constr c- : -i =act ti e ne ai: deanea in the Texas L,:bor Code, 406- 0 96(e)(I)- (3) Ccntrac :cr- person iic`irtg for or awarded a building or c3- su-uc:ion project by a governmental enuty. V (4) Ccveratee- Workers' ccrnoensation insurance meeting the statutory reo_uirements of the Texas Labor Code, § 401.01 1(4-) . (S) Coverage agreeme ^ : -_ _ ,7vnrte : acre -==E on form TWCC -S ;or:n T WCC -S2, form TWCC -33. or fotrn TWCC -34, filed wzh the Texas Workers' COmoeasztion Commission which establishes a relationship between the pzruts for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Lzbor Code, C_,hauter 406, Subchapters F and G, as one of employer /employee and estab fishes who will be responsible for providing workers' comper-sation coverage for persons providing services on the project- (6) Duration of the arojecz- _._1cludes Lhe time from the beginning of work on the project until the work on the project h_­, betn comDie:ed and accepted by the Qove: rfr_ental entity. (7) P rsons crovidinz se ^.ices on the erojea ( "subcontractor" 406.096 of the kct)_1V1th the exception of persons ex_'.udec under subsections (h) and (i) of this section, includes _all persons or entitits perforTn ng ail or cZr of tl-,A services the contractor has undertaken to perform on the project, regardless o: whether that ce: son c-omracTed directly with the ccntractor and regardless of whether that person has emalove °s- T' is includes but is not limited to independent contractors, subcontractors_ le -asit compalues, motor ca -hers, owner - operators, employees of any such entity, or employees of any entity f_,Mlsinrry Feiss _ns 10 periomn services on the proje`-t. "St.-Vices" includes but is not limited ;OTICE TO CONTRACTORS - 3 - •••..a t /t7/98) 0t -110R r NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDIN( OR CONSTRUCTION PROJECTS FOP GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self - insuranve, or an approved worker's compensation coverage agreement. Evieri if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period.: Motor carriers which are required to register with the Texas Departm#tnt of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article;6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. Thf Contractor agrees to comply with all applicable provisions of Texas PARninistrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110. 1. certain language must. be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3, the Contractor is required to post the required notice at the job site. By signing this Contract, t}ie Contractor certifies that it will timely comply with these Noti(_e to G_Yntractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1/13/98) Page 1 of 7 low provide caveraee .cr its em:;,c- e r; ovidino se vices on a project, duration of the project :sea on uroae: r'^Or L<2 oI _:2 S CO(Jes 21= Pa%TC!i amounts i=.- y or anv coverage Te° :e:-1 =? provide a certifier to or'covera:_° s::ewine workc:s' ccrapensation coverzze to the governmental I.nnry prior to begirt>^.� ^_g work or. :,.:,- oiect; 3) provide the Qove: r• mental enL_ . , -.-.or to the end of the coverage per ec. a 2ew certificate of :.overage snowing extension or cc- e, ate, if the coverage period shown on un e connraetor's current _e tine to of coverzrze ends du-= :::e Dui anon cf Lhe prole^: -} obtain di-om each person provieiaa services on a project, and provide to Me eovernrnental entity: �) a ct 3nrate of coverage, prior .o :-hat person beginning work on the prole^., so the governmental .nuty wiu have on file ce ^c_:tes f i cc erase snowing coverage for ail pe :seas proviaing services on Drc je4 r;d -3) no later than seven days after : nce_yt by the contractor, a new cerdncz_e of coverage showing vctensvn of coverage, if --he cove^Qe ce:iod shown on the current certific-a_e or coverage ends during :ae duration of the projec:. (5) ret* ail reouirec cf!:.iiic: tes e coverage on rile for the duration of the project and for one year zhereafi er- (6) notify the gover=ea:al en:ivyr jr_ writing by certified mail or personal dehtvey, within ten days after the contrzctor knew or should have i_nown, of any change that materially_ alerts the provision of coverarr of arty person providing se:vic°s on the project; ") post a notice on (pelt project s:-. in ortnine ail oersons providing services on the project that they -. z e required to be cover(^. and s-•z=z ow a person may verity current c: erzge and report failure to Yrovide (overage. This notice does not satisfy or-her posting requirements =,osed by the Act or other commission rules. This notice must be printed with a title in at Ieast 30 point bold type and text in at -- least 19 pomt.no=J type, and shall be in both English and Spanish and any other Ianguage common to the worker population the text ar the notices shall be the following text provided by the m comission on the sample notice, .Githout any additional words or changes: REQUIRED WORKERS' C'OMPENS.ATION COVER. -AGE "The lair reauires that each person working on this site or providing services re'.ated to this constru Lion project must be cover e-_ by workers' compensation insurance. -17'--is inciudes persons providitl , baulinQ, or delivering equiernent or materials, or providing labor or transportation or other service re:ated to the project, - egarcless of the identity of their employer or s«tus as an employee_" "Call the T-_xas Workers' t;omper _salon Commission at 512 -x'.40 -3789 to receive information on the !eQal reclrirement for coverage, to vPriry whether your emplover has provide? the required coverage, cr to report an emploverrs izilure to crovide coverage." . -. lnvT7xnr-TORS - B f _- --. Cr z',Oq Or Othe; c: .'iC. : DCCIe{ _ v S (-",)es not _ e: °ted to he prole ; :C}1 as '-,CSC "__° .e IQOCS, StiI C?IV i (Ii�erieS. ? very oI �:or-,able toi_e_S- (9) PtC1te :— _ICiudes the c:; -. -Isier, of-all services : e: sec to a oc cinz or canst. action eor.:ract far a (b) P1c�,o:r:2 or causing to �e oro Y.1 d a certinc; :e of coverage p::rsuant to thus rule is z eore>3e •-a ao. ov the mmired :hat ail employees of Lhe insured wrio a-re Droviding services on the protect ''e petered by wortcer s' CCMDensauon coverage, that the coverage is based on Droner reporting of c:assincation :,ores and payroll amours, a,-id that aL coverage agreements have been filed VII e aDcreonate insurance cane: or, in the case of a seif- insured, with the commission's Division of Se - Lgsurznce Reguiatior Providing false or rnisie2ding cerT Ecates of coverage, or aii:ng to pro or t: aintain reauirec ;,^ver ase, or failing to report any c:.artge that materially affects the provision of coverage may subject the contractor or other person Droviding services on the project to admirtsrl --'%•e oeaaldes, c.- -ninal peaaities, civil penaides. or other c::ii actions. (c) A over=. --iral entity t.ai enters into a buildiiz or construc=en contract en a project stall: (l) €14ude in the bid sDe= -C ons, all the wovisior>s of Dsragrz - :-: (7) of this subsection, using the langu e required by paraerzpa (7) of this subsec-lion_ (2) as Part of e contract, using the language recut: ed by parappaph (7) of this subsec-ion, require the conu x or to perform as required in subsection (d) of this section; (3) ob in 2:`c.-n the coritrac:cr a certificate of coverage for each person providing services on the project, prior to brat De.sorn beginning work on the project; (4) ob tin ircm the contractor a new certificate of coverage showing extension of coverage: (A) be (cre tce end of the ct =. eat coverage period, if the conuac:or's eurrenE ce.^, ficate of coverage shows that the coverage pe rod ends during the duration of the protect; and (B) no later L" zn seven days 2 ,er tb° expiration of the coverage for e--ca other person providing service$ on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain ccrtm -cater of coverage on file for the duration of the project and for three years thereafter, (6) prowiae 2 copy of the ce::incates of coverage to the conunission upon request and to any person enutled'tt- them by law-, and (7) use e Iii guage contained in the following Figure i for bid speciheations and contracts, without any adt ion2: words or changes, except those required to accorrmociate the so_ ecific document in which t*--4, are contained or :o impose stricter standards of documentation.- T28S 1 I() i I0(c)(7) M NOTICE TO CONTRACTORS - 9 Revised 1/13/98) C. ;ter_: [i1 er �ge will fle -a en, Drone: repOrtirz or dassiricauon 2tlCZ Jr rr �y ccces __­Q oayrod a_- Oun:s_ .:'-c Ii. 't GL cc1't aEe Z ee ° ^.S '.,Lu be nica; with the appropriate rsu = a 4 ter E: tl,e c!�r e1 :� scii irsured v"Ith t c cc yLssion:s Division of Self-Insurance Resr _':zuOI1 Pr ovidirg false or rms.eaain� �sor ration raav suoier the contractor to administrative C 2 d° c :� ,lnzi t P��iti >s. c .ii 7 enalties. or other civ : =on—s.' (4) provice the person foc wnom is prt;viaing Iemces on the 2rojecz, prior to the end of the coverage period shown on iu car, eni ce: ~.:.^ c ate or coverage, a new certificate snowing extension of coverage. u the coverage pe^oo r:I,own on .he cer:incrte er cover age ends during tide duration of the P COI (1) obtain from each person pro,.i m2 services on a proffer: •._raer contract to it, a-nd Drovide as . required by 115 conL=z1- (A) a e~liificate of coveraec, -nor 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 coveragge period shown on the =—rem crrtinca.e of coverage ends daring the i duration of the prole^: (6) retain all required cer ficztes of coverage on file for t.:e duration of the project and for one year there ter; (7) noitify the governmental entity in Writing by certified mail or personal delivery, of aey change that j materiizav at ects the provision of ,.-overage of any person proviairig services on the-project and send the notice within tea days after- the person imew or should have kno,%n of the change; and (8) cont.rac ruaily recuire 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 agreer:ntnts for all of its em:)loyees providing services on the project, for the duration of the Droject; (B) pm,11ae a certificate of coverage to it prior to that other person beginning work on the project; (C) inciude in all contracts to provide services on the project the language in paragraph (3) of this subse*tion; (D) provide, pnor 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 durinst ,_�e duration cf the project. (E) cittain from each other per son under ecnuact to it to provide services on the Droject, and provide as reatured by its contract (1) a certificate of coverage, rrior o the other person be2inrinQ work on the project; and (u) poor to the end of the coverage period, a new certificate of coverage showing extension of the cove:*ee period, if the coverage period shown on the current certificate of coverage ends during the - 8 n r^I Inv S') c c�Dntrzc__ _ -_ ,ct Se Ice, C_ _ 2 -oject to. A) Grp' sae C-0VCfa2 IS 0 L, er -�- �� Jj c�2SS1I7G -:---c . c `es and Davro;i L :_punts and nliz2 CiI 3S `: C.' � �r22e 24 .° _. `i ;: ` °_ —` icy ees rro�I=:: s ^ceS cn. trle cre;e -_ or the duration a - - a Lhe V: aleC:; (B) prW\ iae a _cveraE7 e ` -c ::e CO::I.aC:or Dnor ,c pe-son begl= —,-:3 '.vork on the rrole (C) Cl2Ctll2 e 1 11 C a� _ - Cr c� ; �e S °S C the probe- _° 1" �Tlla?e ir1 SL'vSe. :C 1 (e)(3) OI this s ec:1 c:T: (D) provide the com: c:z. . `:or ;o -­'le °.._ of coverage ptned_ a pew ccrdEc.:° ei coverage showirQ exze :lion of cove -age- ;_ -he Beverage pe:-iod show:i on the cur -, ent cent c :e of coverage ends djt ng Erne dur-aLca c: ulte Dro;ect: (E) obt IP.. horn etc: C'Mt- 7, son conu =.s. -.d c. -cvioe to the con:rac;or: (i) a car-1 Cate of cove :ac °. ^t-or :.} -he ct_� er �-e-5on be�__.a % ork en the Droiec (i) prig to the end of uie ccver age penoc, a ew cer titiczte of coverage snowing er_ens on of the covera e period, if the = eraQe period s :own on the cur-i=: ce aC3ie of cover2Qe enas during the dura *.:c of the project; (F) retvin all recuirea cc -� c, °:es of coverage or, rile for the aura:ion of ;he proiec: =d for one year therer..e: (G) no fv the goverra_e: :: 1 e.-mity in wntine by cerzined mad or personal delivery, vvithjn ten days after L person knew or snouid have known_ of any change &-at n:ateririly affects .:e provision of cover e of anv pe son p: c�ioinQ se vices on tae proje^ti =_a (H) coftracmally reruire ° ych oLhe. oe.son wiLa whom it c:,ntrac-s, to perform as : e-Laired by subparim -aphis (A)-1*1) or mis paramT:?pE 11ITh the certifi�'_e ci covems_e to be orO%II - to the person for wm they are providing services. f (e) A person providing se, -,IceS an a project, other than a c- ontrzctor, shall: (1) provide coverage for ;s ernplovees providing services or. a cr. ojecr for the dura *_on of the project based On proper reporvng of classification cones and payroi amounts and filing of znv coverage agree. (2) proAnde a certificzte c. coverage as reouire^ by its contrac ;D Drovide se vices e;. ti:e project, prior io be2inninn work cn the project; (3) hzv the following- lanzuaize in its contract to provide services on she project: "3y sis�tting this _ contraZ or providing or causing to be provided a certificate of coverage, the person signing this contra* is rgx'esen.ing to the goveiTurtental eetiry that all empioyees of the person si this contr?_& who wtil provide services on the project will be covered by workers' compensation coverage Z I j j retas i recutre i ce .: : °= :r erzae ec rle for the C'L: on c :: e proiec and for one year r: (G) n> Lm the 2ovcimrr:e::::� _ + I.`1 uilun2 D`" ce :LAe d mail or DerScl.al del very, Wni1111 ten days after the De: son blew or shouid i:;ve knowtl, or any cnange that crate v affects the provision of covemoe of any person cro- oc.L -¢ ser-4ces on the orojevt; Zed t1i) c4 Dntrac.ually require ..-=: ce: son with whom it contracts, to peric -m as required by this - subpa�raPrapn and subparr%---zom' : A)-(Ci) of this paragraph, with the cc.-dEcate of coverage to be _ . orovi+ ed to the person fcr -::nom ,.rev afe providing se ^races. (f) if r1y provision of this ipie or ,ts acz)6cation to any person or cre.: -s=ce is held invaiid, the invalidity does not affect other provisions or applications of this Wile t .'t can be given effect without the it aid provision or aopkazion, &-A to this end the provisions of this ruie are declared to be severthle (e) This rule is appHcabie construc:on contracts ad,,c :-:-,sed for bid by a governmental entity, on or after Seotemce: i , '. °94.. i :,!s ruie is aiso aovlicabie for trese building or constriction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) Tle coverage require r:en: irn tills nt!e does not apply to motor c ar:iers who are required pursuant to Texas Civil Statutes, . micle 6675=, to register with the Texas Deomment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil St_tutes, Article 6675c, § 4G). (1) T* coverage require rent in this ruie does not apply to sole proprietors, partners, and corporate officers who meet the reouirements of the Act, § 406- 097(c), and who are explicitly excluded from covet tge in accordance 'With the Act; § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995,, § 1.20). This subsecion z:)uUes only to sole proprietors, partners, 2nd corporate executive omcats who are excluded i om ccverz-e_e in an insurance policy or cc.- tincate of authority to self - insure that is deliver e^.:, issued frr deriver or renewed on or after January 1, :996. Source: The provisions of this § ! 10.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be ef'e-c—Eve November 6, 1995, 20 TexReg 8609. Ret o to Section Index NOTICC _C CONTRACTORS - e . —. tee„ i IIiioai olTIQR i PART A SPECIAL PROVISIONS Explanation of Measuremeat and PaYSent Measure and Payment section for standard specifications 022022, 025412, 025424, 027602 and 030020 are r).-)t used on this project. BASE BI V: The Ba� )aid shall include the cleaning, video- recording, & rehabilitation of existing sanitary sewer lines; and, the video - recording of the sanitary sewer lines after rehabilitation; the rehabilitation of existing sanitary sewer manholes and construction of sanitary sewer manholes- Qua n ities and Measurements: No A t_ra or customary measurement of any kind will be allowed, but the actual measured and /or computed length, area, solid contents, number and weight only shall be considered. The method of measuring the bid items and payment of bid items is set out heri,after. 2. Reha 'litation of various Sanitar Sewer Lines b CIPP: This It will be measured by the linear of of cured -in -place pipe installed at the depth and size indicated in the p posal, and this bid item price will include, but is not limited to the following: Cure In -Place Pipe (CIPP) Rehabilitation: This bid item price includes, but is not mited to the following: a) Notification to homes and businesses b) Pepper diversion of the flow during installation, including bypass pumping dining surcharge conditions c) All materials & equipment necessary to install the CIPP d) Le# kage testing of each pipe segment e) Fl*xural, tensile and thickness testing of each pipe segment f) Any excavation required to retrieve stuck tools, equipment or materials g) SpOci.al Provision A -59 and Technical Specification 2G29[2] shall govern h) Redpening of the service connections after pipe has been rehabilitated using cured -in -place pipe. (Note: If reopened externally, the Contractor must use an internal method to make a smooth round opening.) Clean' ; and Video-Recqrdinq of Sewer Lines before & after rehabilitation: This hid i m price includes, but is not limited to the following: a) Loting and opening the Manhole. b) Re wing a1L internal deposits, sludge, dirt, broken pipe, grease, rocks, sari, roots, silt, bricks, and any other deposits from sewer lines and mar*) otes. The cleaning shall be accomplished using high velocity jet equipment. In the event th,,t mechanical equipment is authorized, no additional payatent will be made. c) Any excavation required to retrieve stuck tools, equipment or materials d) Collecting and retaining all debris and solids in every downstream manhole along the sewer lino,. e) Removing and properly dispc)sircg of all debris and solids resulting from the cle4kn .ng, including all 703ts for disposal, landfill fees, and any required permi rs. t) Any root cutting necessary to effect cleaning and lining. cx) Recording evaluation; reports fo A -Sq r cleaning activities, as described in Section h) ObtAining and /or purchasing potable water necessary for the cleaning purposes. i) SuPOlying all of the required tapes and evaluation reports g p Poses. to the City and the Consulting Engineer. p (within one week) J) Special Provision A -54, and Standard Specification 027610 shall govern. Section A - SP (Revised 9/18/00) Page 2 of 41 &.. l BROADWAY WIMP BASIN SERVICE AREA SMM LINE REHABILITATION REBID SECTION A - SPECIAL PROVISIONS A -1 T:e 2t14 Place of Receiving Proposals /Pre -Bid Meetinc; y Sealed Oroposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City �. Secretar, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 sday, October 25 2006. Proposals mailed should be addressed in the followi manner: City of Corpus i'hristi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - iiF1'[P BASIN SBRVICE AREA SBWBR LIFE RE ITATION - REBID A pre --bill meeting is scheduled for Tuesday, October 17, 2006 beginning at 2:00 p.m. The pre4id meeting will convene in the Utilities Building Conference room, 2726 !!ally r of HolW Road and Servloe Center Drives) and will be conducted by the Cit :of Corpus Christi. The meeting will include a review of the project scope foilowed=by a question and answer session. No additional or separate visitations will be conducted by the City. A -2 D initions and Abbseevi.ations Section $ -1 of the General Provisions will govern. A -3 Dcrion of Project This pro ect consists of the rehabilitation and video - documentation of approximately 12,080 I4' of 8" to 21" dia. sanitary sewer lines, the rehabilitation and _video - document4ktion of 44 existing manholes, point repairs, and construction of 2 new sanitary_ sewer manholes. The rehabilitation of the sewer lines shall be accomplished by use of cure -in -place pipe liners. The restoration and construction of the manholes shall be accomplished by using fiberglass manhole inserts and manholes, This work shall be executed in accordance with the plans, specifications and contract documents. A-4 Maod of Award The bidsi will be evaluated based on the following priority order, subject -to the availability of funds: I. T l Bose Bid (Area A + Area B + Area D) 2. T 1 Blkae Bid plus Additive Alternate No. 1 3. T I Base Bid plus Additive Alternate No. 2 4. T 1 Bible Bid plus Deductive Alternative No. 1 5. T 1 Biise Bid plus Additive Alternate No. 1 plus Additive Alternate No. 2 6. T 1 Bsse Bid plus Additive Alternate No. 1 plus Additive Alternate No. 2 pl De410ctive Alternative No. i The Cityy-reserves the right to reject any or all bids, to waive irregularities and to accepts the bid which, in the City' opinion, is most advantageous to the City and in the bust interest of the public. Section A - SP (Revised 9/18/00) Page 1 of 41 6. Manhole Restoration with Pre - formed Fiberglass Inserts: This1.7tem will be measured by each individual manhole for the depth range shown in the proposal. This bid item price will include, but is not limited to the following: a) Pre - construction exploratory excavation, per Special Provision A -47. b) Utility relocation. c) F*cavation & backfill. d) Removal of the corbeL up to 4' in depth. e) *nhole cleaning prior t�, installation of liner. f) 130watering g) Proper diversion of the ttow during installation including bypass pumping of surcharged manholes. h) All materials & equipment necessary to install the fiberglass inserts, ring, cover and inhibitor. i) A$-1. connections to existing structures and /or lines as required. J) SUbgrade preparation & site grading, including furnishing and placing cement stabilized sand. k) F placement of the ring & cover and replacement of stainless inflow protector and grouting of the annular space. 1) Ftulage and disposal of excess excavated material at a regulated disposal site. m) A#y other work necessary to complete this repair. n) ftnhole testing per Special Provision A -76. o) Seci.al Provision A -58 and Technical Specification 2G17 shall govern. 7. Remote Ac3itional Corbel Depth This item will be measured by the linear foot of additional corbel removed beyond 4 fe*t below the manhole rim, at the depth indicated on the proposal. This bid itew price will include, but is not limited to the following: a) 4cavation and backfill b) AjLl materials and equipment necessary to remove the brick corbel to the d4sired depth to facilitate placement of the fiberglass liner. c) Any other work necessary to complete the removal. 8. Rehabilitation of Drop Connections It i,# the intent of this bid item to rehabilitate the existing drop connections on the rehabilitated manholes. Drop connections will be rehabilitated using PVC pipe -`as shown on Sheet 10 of 10 of the Contract Documents. This item will be measured by each individual drop connection rehabilitated for the depth indicated on the proposal. This bid item price will include, but is not limited to the following: a) Pe- construction exploratory excavation, per Special Provision A -47. b) E*cavation and backfill c) Utility relocation. d) Ptoper diversion of the flow during installation. e) All materials & equipment necessary to install the new drop connection (see Wail, Sheet 14 of 14). f) Al connections to existing structures and /or lines as required. g) Sgrade preparation & site grading, including furnishing and placing cement siabilized sand. h) Haulage and disposal of excess excavated material at a regulated disposal Sit, e. i) Aoy other work necessary to complete this item. 9. Inte nal Obstruction Removal: This Hem will be measured by each individual obstruction removed by internal methtds as indicated in the proposal. This bid item price will include but is not limited to the following: Section A - SP (Revised 9/18/00) Page 4 of 41 Serv'Nce Laterals for I.P.P. New rvices are to be installed from the sewer main to the property line. New servkces shall be completed using external reconnect. An SDR 26 tee will be cut into the exi:,:- ing V ".P sewer line at each existing service prior to CIPP rehabilitation 'fhi::> item will be measured by each individual service lateral installed at the dept,-h indic -ated in the proposal. This bid item price will include, but i_; riot I imited to the following: a) Pre- c:)nstrLict_ ion ?xploratory excavation per Special Provision A -47 b) Loc,xte all -:(-,rvic(, laterals prior to undertaking rehabilitation of sewer main j Notification and '.)ordination with homes and businesses d) t7ti i i _y relocation e) Excavation and backfill f ) D+atering g) I' per diversion of the glow during installation, including bypass pumping during surcharge conditions h) IristaLlation of SDR26 PVC tee and couplings i) All materials and equipment necessary to complete the lateral and cleanout frxpm the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5 and Sheet 10 of 10. j) St$grade preparation and site grading, including furnishing and placing cement stb.ilized sand. k) Ha7Ulage and disposai of excess excavated material at a regulated disposal site. 1) AnId any other work necessary to complete this work. m) See Also requirements in Technical Specification 2G29. 4. Extra Length for Service Laterals for CIPP: This 4,tem will be measured by the linear foot of additional footage required to compl*te the service lateral installed at the depth indicated in the proposal. This *rid item price will include, but is not limited to the following: a) Pre- construction exploratory excavation per Special Provision A -47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Uti-lity relocation e) Excavation and backfill f) De*iatering g) Pr+bper diversion of the I-low during installation, including bypass pumping dt ing surcharge conditions h) Alj- materials and equipment necessary to complete the lateral and cleanout fri�m the main to the property line, as shown on Sanitary Sewer Standard Detail Set 2 of 5 and Sheet 10 of 10. i) S grade preparation and site grading, including furnishing and placing cement stabilized sand. j) HaOl.age and disposai of excess excavated material at a regulated disposal site. k) Arid any other work necessary to complete this work. 1) See Also .requirements in " echnical Specification 2G29. S. Cleanput Soot (only): This `item will be measured by each individual cleanout boot installed as indicated in the prop<sal. This bid item price will include, but is not limited to tt* following: a) Ut 1 it y relocation, . b) Excavation and backfill. c) All materials and equipment necessary to complete the cleanout boot as shown on`')anitary Sewer Standard Detail Sheet 2 of 5. d) AnOi any other item: necessary to complete the work. Section A - SP (Revised 9/18/00) Page 3 of 41 e) Proper diversion of the flow during installation, including bypass pumping during surcharge :onditions_ f) A;ti materials & equipment necessary to complete the repair. g) Subgrade preparat ±on & site Trading, including furnishing and placing cement stabilized sand. h) Houlage and disposal of excess excavated material at regulated disposal site. i) Aid any other work necessary to complete this repair. _i) Special Provision A -63 shall govern. 13.Locate and Open Manhole: This item will be measured by each individual manhole that is located and opened as indicated in the proposal_ The bid item price will include, but is not limited to: a) Pte - construction exploratory excavation per Special Provision A -47. b) Locate manhole with metal detector or by video camera. c) Excavation and backfiil. d) Slbgrade preparation and site grading. e) Al y other work necessary to complete this repair. 14.RepAirinq Hot Mix Asphaltic Concrete Pavement and Flexible Base: Hot ' ix -hot laid asphaltic concrete pavement and flexible base shall be measured by tie square yard of finished pavement and base of the required thickness as showl)i on the drawings. This item includes, but is not limited to, the following works a) Furnishing and applying prime coat as shown on the drawings and specified herein. b) Eurnishing, placing and compacting asphaltic concrete as shown on the drawings and specified herein. C) See Sanitary Sewer Standard Detail, Sheet 3 of 5 and Sheet 10 of 10 for pay limits. d) Furnishing, placing and t ,,ompacting the flexible base as shown on the drawings and specified herein (see Sanitary Sewer Standard Detail, Sheet 3 of 5 and fleet 10 of 10 for pay limits). 15.Repring Concrete Sidewalk and Driveways: Conckete sidewalk shall be measured by the square foot and shall include the following: a) FOrnishing and placing formwork. b) Furnishing and placing concrete. c) Furnishing and placing 6x6 #6 wire mesh to match existing. d) See Sanitary Sewer Standard Detail, Sheet 3 of 5 and Sheet 10 of 10 for pay limits. 16.Re a ring Concrete Curb and Gutter: This item will be measured by the linear foot and will include, but is not limited to constructing formwork, placing dowels and furnishing and placing the concrete and reinforc-ing steel to match up to the existing curb and gutter. 1 7,Sod estoration_ This'i.tem will be measured by the square yard of sod installed as indicated in the p roposaI. This bid item price will :include, but is not limited to the following-. a) Pre- construction video and photography of work area. b) Notification and Coordination with homes and businesses. c) All materials and equipment necessary to install sod. d) Ably other work necessary to complete this item. e) Standard Specification 0;8040 shall govern. Section A - SP (Revised 9/18/00) Page 6 of 41 a) Pgoper diversion >f the flow during removal of the obstruction, including bypass pumping of surcharged manholes. b' All materials & equipment necessary to internally remove the obstruction by grinding or cutting with robotic tools. c) ROnoving and properly disposing of all debris and solids, resulting from the obstruction removal operations, at a regulated disposal site. <1} Any other work ner- essary to complete this item. lU.New 14anhole Construction with Fiberglass Manholes: This 'item will be measured by each individual manhole for the depth range shown in Lhe proposal. This bid item price will include but is not limited to the fol1cowing: a) Pre- construction exploratory excavation, per Special Provision A -47. b) Utility relocation c) Excavation & back t ll. d) De�watering. e) Prper diversion of the flow during installation, including bypass pumping of surcharged manhole,;. f) All materials & equipment necessary to install the fiberglass manhole, ring, cover and inhibitor. g) All connections to existing structures and /or lines as required. h) StTgrade preparati(}n & site grading, including furnishing and placing cement stabilized sand. i) In*tallation of tite rind & cover and installation of stainless inflow prOtector and grouting. j) Hailage and disposal of E- excess excavated material at a regulated disposal site. k) Any other work necessary to complete this item. 1) Mahole testing per Special Provision A -76 m) Te hnical Specification 2(;17 shall govern. 11-Point-,'Re air: This tem will be measured by each point repair of sewer pipe size and depth Indicted in the proposal. See Section A -63 for further explanation. This bid item price will include, but is not limited to the following: a) PrO-- construction exploratory excavation per Special Provision A -47 b) Utility relocation. c) Excavation & backfi ti, d) Dewatering. e) Pr*er, diversion o.* the flow during installation, including bypass pumping during surcharge conditions. f) All materials & equipment necessary to complete the repair. g) Sutgrade preparation & site grading, including furnishing and placing cement Staibilized sand. h) Haulage and disposal of excess excavated material at a regulated disposal situ. i) Anctany other work necessary to complete this repair. j) Special Provision A 63 shall (jovern. 12.Extra en th for Point_Re air: This i em will be measured by the linear foot of additional footage required to complete the point repair to a sewer pipe at the depth and size indicated in the propos #l. See Section A -63 for further explanation. This bid item price will includ*, but i> not limited tc, the following: a) Pre-construction exploratory excavation per Special Provision A -47. b) Utility relocation. c) Excvation and backfill_ d) Dew$tering. Section A - SP (Revised 9 /18 /oo) Page 5 of 41 d) ]Removing protruding services from interior of sewer lines by grinding or Butting with robotic tools. e) Cleaning using high velocity jet equipment. In the event that mechanical elquipment is authorized, no additional payment will be made. f) Any excavati-ons requires: to retrieve stuck tools, equipment or materials. (1) Collectinq and r<>taininc; al! debrif and solids in every downstream manhole along the sewer iine. h) Removing and properly disposing of all debris and solids resulting from the grinding. 1) Any root cutting necessary to effect cleaning and grinding operations. Recording evaluation repvrt�> for cleaning activities, as described in Section A-4 k) Ckbtaining and /or purchasing potable water necessary for the cleaning purposes. 1.) Supplying all of the required tapes and evaluation reports to the City and the Consulting Engineer. m) St)ecial Provision: A -54, ind Standard Specification 027610 shall govern. :i. Traic Control A Ti*ffic Control Plan has been provided in the Contract Documents and is to be impl;mented by the Contractor. This item will be measured as a Lump Sum item as noteid in the proposai. This bid item price will include, but is not limited to, all personnel, equipment, ar;d materials needed to provide proper traffic control. 4. Ite Not Listed on the Pro osal Ite of work not listed on the Proposal From necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid .items and there will be no separate payment. Their cost should be included in the appropriate bid item. Additiv Alternate No. The Ad tive Alternate shall include the installation of a CIPP liner in 4" VCP sanitary sewer laterals. The liner shall be T -liner by LMK or approved equal. The locatiolks of the service laterals will be determined by the Engineer and may be anywhere in the ity. This work will not be attempted without written authorilat.ion. 1. Quari�ties and Measurement No a *tra or customary measurement of any kind will be allowed, but the actual measured and /or computed length, area, solid contents, number and weight only shall be considered. The mf�thod of measuring the bid items and payment of bid items is set out hereafter. 2. Instai .i llation of CIPP Liner n Service Laterals (Citywide) This ,item will be measured by each individual service lateral liner installed as indicated in the proposal_ Phi; bid item price will include, but is not limited to the following a) LaPate all service laterals prior to undertaking rehabilitation as directed by the Engineer. b) Nftification and coordination with homes and businesses. c) D watering. d) P oper diversion �>f the flow during installation, including bypass pumping dwing surcharge ronditiuns. e) Video recording f lateral before and after rehabilitation per Special Provision A -54 ami Standard Specification 027610. f) Opening service connections after lining has been completed. g) ALI materials and equipment necessary to complete the lining of lateral from the main for a distance of 5' up the Lateral, including interface seal at main 1.i ie. h) Pattrement repair and /or su *face restoration (subsidiary to this bid item). i) Hajilage and disposal of excess excavated material at a regulated disposal site_ j) Pn�J any other work necessary to complete this work. Section A - SP (Revised 9/18/00) Page 8 of 41 r 18-Traffic Control: A Tr ffic Control Plan has been provided in the contract documents and is to be impl ented by the Contractor. This item will be measured as a lump sum item as noted in the proposal. This bid item price will include, but is not limited to, all Oersonnel, equipment, anti materials needed to provide proper traffic control. ` 19.Tren Safety: Ex_a a n on and trench safety shall be provided for any excavation or part of a trend regardless of ,depth. This item will be measured by the linear foot. This bid item price will .nclude, but is not limited to, all personnel, materials, 3 shoring and bracing, and equipment needed to ensure proper trench safety. 20.Dispgoal of Contaminated Soil: _ This stem will be measured by the cubic yard where contaminated soils, as defined by A -452, are found within the project limits. 21.Fencq Restoration Allowance: Contractor shall insert the figure noted in each Base Bid into his proposal. This ;item shall be used for any repairs or restoration to existing fences that must De removed to complete the sewer rehabilitation work. Payment shall be negotiated for each fence restored. 22.Unancipated Utility Allowance: Cont ctor shall insert the figure noted in each Base Bid in his bid proposal. This =item shall be used for unanticipated circumstances. Payment shall be negotiated for each circumstance. 23.Unancipated Point Repair Allowance: Cont ctor shall insert the figure noted in each Base Bid in his bid.proposal. This .,item shall be used for unanticipated point repairs not listed in the propolDal. Payment shall be negotiated for each point repair. 24.ItemsNot Listed on the Proposal: Items of work not listed on the Proposal Form necessary to complete the project as s wn on the drawings and as specified are considered as subsidiary to the estaished bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. ADDITIVEI TE IATIVE NO. 1: The Addi ive Alternative shall include the grinding and removal of sanitary sewer service laterals that are protruding into the sewer pipe. The locations of the protruding service laterals will be determined by the Engineer and may be located anywhere in the City. This work shall not be attempted without written authorization. 1. Quantp ties and Measurement No ex ra or customary measurement of any kind will be allowed, but the actual measured and /or computed length, area, solid contents, number and weight only shall be considered. The method of measuring the bid items and payment of bid items is set out hereafter. 2. Grind' and Removal of Service Laterals (Citywide) This tern will be measured by each individual service lateral removed as indicated in the proposal. This bid item price will include, but is not limited to thek foLlowing: a) Lo4te all service laterals prior to undertaking work as directed by the En neer. b) No fication and coordination with homes and businesses, including bypass pu' ing during surcharge conditions =) Prosper diversion of the flow during grinding and removal operations. Section A - SP (Revised 9 /18/00) Page 7 of 41 shown o0low. The project has been divided into phases. The contractor is required to complete each phase before proceeding to any other phase. At any one time, except as noted above, the contractor wilt not be allowed to start or work concurrently in more than two phases. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $200.00per calendag day wi 11 be asssessed agairist. the contractor as liquidated damages. Completion shall be basked on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start 2f Project is initiated by the Notice to Proceed. The working time for completion of the entire Project will be 200 Calendar Days The project has been divided into phases. The contractor is required to complete each phase before proceeding to any other phase. At any one time, except as noted above, the contractor will not be allowed to start or work concurrently in more than two phases. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. Each phase of the Project shall be completed within the number of calendar days allocated as describe iii the following; Phase I Area A 50 Calendar Days Phase I3 - Area B 60 Calendar Days Phase ITI -Area D 90 Calendar Days Days A3 ocation for Rain The Contractor shall anticipate the following number of work days lost due to rain in detetmining the contract schedule and for each phase of the contract. A rain day is defiped as any day in which the amount of rain measured by the National Weather Service - at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July s Days November 3 Days April 3 Days August 4 Days December 3 Days This pr,p)ec:t is essent� ally a construction contract for a period of 200 Calendar Days, as detailed r�lsewhere in the contract documents. Damages for exceeding the total time allotted sh.,ll be independent of damages assessed for each item, as described above. After Contract Award arid pre - construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director f Engineering Servic -s or designee ( "City Engineer ") to proceed. For each :calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH PHASE or after such time period as extended pursuant to other pro.,isions of this Contract, $200 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty b�rt a; an estimate of the damages that the City will si_istain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Oirec;tor of Engineering Services (City Engineer) may Section A - SP (Revised 9/18/00) Page 10 of 41 3. Traf Itic Controi A Tr fic Control Plan has been provided in the Contract Documents and is to be impif#aented by the Contractor. This item will be measured as a Lump Sum item as noted in the proposal- This bid item price will include, but is not limited to, all personnel, equipment, and materials needed to provide proper traffic control. 4. Item Not Listed on the Proposal Item--# of work not listed on the Proposal From necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. DEDUCTIV ALTERNATIVE NO. 1 The Dedtive Alternative shall include the materials and equipment for restoring structu 1 integrity and eliminating infiltration and exfiltration in sewer manholes;} The manhole rehabilitation will be accomplished through the application of a morplithic, cement liner and high build epoxy coating system. The completed sewer manhole rehabilitation system will be capable of withstanding HS -20 loading. This work shall not be attempted without written authorization. 1. Q2*ntities and Measurement Noextra or customary measurement of any kind will be allowed, but the actual me ured and /or computed length, area, solid contents, number and weight only sh*11 be considered. The method of measuring the bid items and payment of bid itokns is set out hereafter 2. Na ole Restoration_ with Protective Cement Liner and High Build Epoxy Coating Th item will be measured by each individual manhole for the depth range sh n in the proposal. This bid item price will include, but is not limited to the following: a) Manhole cleaning prior to b)Dewatering installation of cement liner. c) Proper diversion of the flow during installation including bypass pumping 'of surcharged manholes. d) aAll Materials and equipment necessary to install the cement liner, epoxy boating, ring, cover, concrete collar, stainless steel inhibitor, and to remove grout and re -grout base. e) ;All connections to existing structures and /or lines as required. f)'Subgrade preparation and site grading, including furnishing and placing cement stabilized sand. g) fReplacement of the rin,j and cover and replacement of stainless inflow $)rotector. h) Haulage and disposal of excess excavated material at a regulated disposal Fite. i) my other work necessary to complete this repair. j) anhole testing per Special Provision A -76. k) echnical Specification 02733 shall govern. A -5 ItOiks to be Submit tee with Proposal The follo *ing items are required to be submitted with the proposal: 1. 5� r'd (Must reference Project N ame as identified in the Proposal) (A s Check, certified check, money order or bank draft from any State or Bank will also be acceptable.) 2 . Disof Interests Statement A -6 Ti of letion/ dated Danaaes To minimi in nvenience to the general 9 public and to minimize their exposure to dangerous onditions, the contractor will be required to follow tight scheduling for construction and will be tequired to meet dead tines for completion of each phase Section A - SP (Revised 9/18/00) Page 9 of 41 The Conntractor will make bi- weekly certified payroll submittals to the City Engineex. ['he Contractor will -+lso obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to i_na City Engineer bi- weekly. (See section for Minority /Minority Busineg,s Enterprise Participation Policy for additional requirements concerning the proper farm and �,,ontent of the payroll submittals.) one and ,>ne -half 1;1.5) rimes the specified hourly wage must be paid for all hours worked ir; excess of 40 hours in any one week and for all hours worked on Sundays or holidays (See 5ecticn B -1 -1, Definition eif Terms, and Section B -7 -6, Working Hours - ) A -11 foopeation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight 148) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System 1 -800- 344 -8377, the Lone $tar Notification Company at 1 -800- 669 -8344, and the Verizon Dig Alert at. 1 -500- 483- 62 "19. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 880 -3500 Project Engineer Urban Engineering Doug McMullan 854 -3101 2725 Swantner 854 -6001 FAX Corpus Christi, TX 78404 Traffic Engineer 880 -3540 Rolice Department 882 -1911 mater Department 857 -1880 #astewater Services Department 857 -1818 das Department 885 -6900 "storm water Department 857 -1881 Parks & Recreation Department 880 -3461 Solid haste Services Department 857 -1970 P 299 -4833 SBC 881 -2511 City Street Department for Traffic Signal /Fiber optic. Locate 857 -1946 Cab!evision 857 -5000 ACS1 (Fiber Opti ) 887 -9200 KMC (Fiber Optic: 813 -1124 ChoiceCom (Fiber Optic) 881 -5767 CAPROCK (Fiber Optic) 512 /935 -0958 rooks Fiber Opt-ac (MAN} 972 -753 -4355 (880 -3140 after hours) (880 -3140 after hours) (885 -6900 after hours), (880 -3140 after hours) (693 -9444 after hours) (1- 800 - 824 -4424, after hours) 857 -1960 (857 -5060 after hours) (Pager 800 - 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) A -12 11aint.,snance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtair4ed from existing as -built drawings, base maps, utility records, etc. and from as muclh field work as normally deemed necessary for the construction of this type of project with regard to the .location and nature of underground utilities, etc. However, 91t accuracy a0d completeness of such i.nfo=ation is not It is the Contractor's sole and complete responsibility to locate such underground featus sufficiently in advance of his operations to preclude damaging the existing fac-;i lit ies. If the Contractor encounters utility services along the line of this Section A - SP (Revised 9/18/00) Page 12 of 41 .> d withho_4 and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate- A-7 Workers Compensation Insurance Covera e If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the t�ffective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the requiredtworkers' compensation insurance coverage must not perform any work on the Project. FurthermPre, for each <aleridai day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in erect for those Contractor employees, liquidated damages will be assessed against ind paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer,to the Contractor and will be assessed and paid even if the permitted t to compl *te the Project has not expired. ime In accordance with other requirements of this Contract, the Contractor shall not permit sibcontractors or others to work on the Project unless all such individuals working (m the Project ar., covered by workers' compensation insurance and unless the required documentation of such c >verage has been provided to the Contractor and the City Engineer. A -8 Faad Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section E--2 of the General Provisions. z A-9 2►c It )WIA&Ment of Adi#anda The Controctor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt. Since addnda can have significant impact on the proposal, failure to acknowledge receipt, Aand a subsequent interpretation of non- receipt, could have an adverse effect whn determining the lowest responsible bidder. A-10 ida Ragas (Revised 7/5/00- Labor pzeference and wage rates for heavy construction. In case Of conflict, Contractor shall use higher wage rate. Minimum Pevailing Waqe Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rate# for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, #nd Mechani.cs employed by them in the execution of the Contract. The Contractog or subcontractor shall forfeit sixty dollars ($50.00) per calendar day, or portio thereof, for each laborer, workman, or mechanic employed, if such person is paid I* s than the specified rates for the classification of work performed. The Contractog and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. Section A - SP (Revised 9/18/00) Page 11 of 41 A -16 D*sposel /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwantOd material becomes the property of the Contractor and must be removed from the situ by the Contractor. Also see Specification 27604 for disposal of waste from sanitaxV sever cleaning operations and Special Provision A -52. The cost of all hauling is considered subsidiary; t-herefore, no direct payment will be made to contract o r A -17 ld Office - NOT USED A -18 S *kedule and Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangero*s conditions, the contractor will be required to follow tight scheduling for constru *t_ion and will be required to meet dead lines for completion of each item shown blow. The project has been divided into phases. The contractor is required to compete each phase before proceeding to any other phase_ At any one time, except as noted above, the -,ontractor will not be allowed to start or work concurrently in more than two phases. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amont of $200.00 per calendar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. start 02 Pro'ect is init.' ted the Notice to Proceed. The Con ractor shall sub t to the City Engineer a work plan based on calendar days for con truction of the entire project and broken down into construction of each phase. iris plan must detail the schedule of work for each phase of construction and shall kx struicztured to meet all the requirements of Section A -6 -Time of Completion" and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The Conlaractor to furnish construction Schedule for the following Items SCHEDULE oF COMPLYT ION The protect has been divided i;ito phases. The contractor is required to complete each phaAse before proceeding tc any other phase. At any one time, except as noted above, the contractor will not be allowed to start or work concurrently in more than two phases. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. Each phchsFe, of the Project shal be ,ompleted within the number of calendar days aliocateo as describe in the following; P se I - Area A 50 Calendar Days Pk*se II - Area B 60 Calendar Days Phise IZI Arr >;� [� 90 Calendar Days Section A - SP (Revised 9/18/00) Page 14 of 41 H w,rk, it is his responsibility !.o maintain the services in continuous operation at his own expense In the #vent of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work a; intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the �tiIitills Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintainec:. }ewage or other liquid must be handled by the Contractor either by connectic;n iitto other sewers or by temporary pumping to a satisfatory outlet, all with the approval of the City Engineer. Sewage or other liquid i$ust not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fint>s and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A -13 As*a Accross and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide jr mirrimum of inconvenience to motorists. All weather access must be provided to all tesidents and businesses at all times during construction. The Contractor will be 'required to schedule his: operations so as to cause minimum adverse impact on the accessibility of adjoining properties. The Contactor shall comply with the City of Corpus Christi's Uniform Barricading Standar and Practices as adopted by the City_ Copies of this document are availab* through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. Akl— eetsjke €ate a €f �,^ - -a-r� eens;< wed - ubsidiaryt there €ei -e; - fie -Qireet payment -4w11 be made -e- A-14 Coj�strugUon Equipment Spillage and Tracking - Streets Jind curb line must be cleaned at the end of the work day or more�freguenYrtly, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project- sitr> or adjoining stree- s. A -15 Extvaton and Removals The exca*ated areas behind curbs and adjacent to sidewalks and driveways must be filled 4ith "clean" dirt. "Clean" dirt is defined as dirt that is capable of providinj a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that a detracts from its appear,;nce or hampers the growth of grass. All necessary removals includinq but not limited to pipe, driveways, sidewalks, etc., ar* to be considered subsidiary to the bid item €er "Street Emeavatien ", therefor, no direct payment will be made to Contractor. Section A - sP (Revised 9/18/00) Page 13 of 41 The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving 1process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring cf the completed work. The Contractor shall p.=ovide 'he following certification for documentation and verific4ktion of .compliance with th( Contract Documents, Plans and Specifications. Said compliance •- ertification shall be provided and prepared by a third party independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by 'he Contractor. The third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. Followi is the minimum schedule of documentation required: wastewater: • All 'm /invert elevations at manholes • All terscting lines in manholes !gasiM elevations (top of pipe and flow line) (TxDOT and RR permits) A -20 ?e41ting and Certification a All tests required under this item must be done by a recognized testing laboratory selected';by the City Engineer. The c-ost of the laboratory testing will be borne by the City,. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. SCHEDULE OF TESTING BY THE CITY: 1, Embdment, Fill and Backfiil Labbratory Testing: (1); Gradation 26 Ea. (2) Moisture- Density Relationship 26 Ea. (3) In -Place Density Tests 260 Ea. 2. Con rete La ratory Testing: (I) Concrete Cylinder 20 Ea. Section A - SP (Revised 9/16/00) Page 16 of 41 I TI-le plan must also indicate thf, schedule of the following work items: l.. In4tial Schedule: Submit to the City Engineer three (3) days prior to the Pre - C struction Meeting an initial Construction Progress Schedule for review. 2. 1 'ms to - Include: Show complete sequence of construction by activity, identifying Work <,F separate stages and other logically grouped activities. ld;entify the first work day of each week. 3. S mittal Dates: Indicate submittal dates required for all submittals for the eriEine project. 4. Resubmission: Revise and resubmit as required by the City Engineer. 5 On*e a t4onth Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. l:t is the meaning and intent of this Contract that the Contractor shall be allowed to prosectjte his work at such times and seasons in such order or precedence, and in such manner as shall be the most conducive to economy of construction, subject to the f011t0wing conditions A. The schedule of construction shall be structured to meet all requirements of Sect is >n A -6 "Time Of Completion" and as noted above. B. The schedule of cc >nstruction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other work done, either by contract or by their own force, the Engineer may direct the time and manner of constructing the work done under this Contract so that conflict will be avoided and the , onstruction of various works being done for the Owner will be harmonized. Contractor shall coordinate and cooperate with the City for construction V scheduling and traffic control modifications for special events that will occur during the period of the contract. A -19 Coastrucftion Project Layout and Control s The drawings may depic, but not necessarily include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout will be provided by the City or Consultant Projec-.t Fngineer. The Contractor will furnish all lines, slopes and measurements for control of the work. If, durigg construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Consultant Project Engineer 48 hours novice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored >y the C'it:y ;r Consultant Project Engineer at the expense of the Contractor If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project: Engineer prior to deviation. if, in the opinion of the City or Consulta #t. Project. Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for 1 -he City or Consultant Pr.>jec-t Engineer to revise the drawings. Section A - SP (Revised 9/18/001 Page 15 of 41 A -21 Pojeat Signs - NOT USED bar --t-e- - -t#ase iRdieated "F, Md will be 3s.�sto i� .ate -ter - eha4l - - releeatE {r t1 wertF - Si��rs a -rte }s - 1!t Minority /Minority Business Enterprise Participation Policy (Revised 10 19s) 1 . Policy It is the pol icy : -7f the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in th±e performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herrein, both for minority and female participation by trade and for Minority Business Enteroris-. 2. Definitions a -' Pr' e Contractor: firm, aghbciation or joint venture as her�ein p ovided wh which s� been corporation, City contract b. Subcontractor: association, Any named person, firm, partnership, corporation, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and Blacks, by ane or more Blaority person(s). Minority persons include Mexican - A cks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in F:IYTIernts from such an enterprise in the manner hereinafter yet forth: 2. Owned 'a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. t.) Fc ; r an el- terprise doing business as a partnership, at least S.Oo of the assets or interest in the partnership property mt:st be c;wned by one or more minority person(s) . F< :r an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must hf owned by one or more minority person(s)- Controlled The primary F -;wer, direct or indirect, to manage a business n_erpr se fst - th a minority person(s). Section A - SP (Revised 9/18/00) Page 18 of 41 i i S rade Preparation, Embankment Lbboratory Testinq: (1) Moisture- Density Relationship (Proctor Curve) 1 Ea. (2) In -Place Density T( >sts 260 Ea. 4. FlOxible Base Course (See Subsection 025222) Lboratory Testing: (1) Moisture- Density Relationship Proctor Curve) 1 Ea. (2) In--Place Density Tt-sts 260 Ea. and Backfill 5. Hct Mix -Hot Laid Asphaltic Concrete _Pavement (See Subsection 025424) - Laboratory tinq : (1 ) Extraction `rest 26 Ea. (2) Stability and Laboratory Density 26 Ea. (1) Field Density None Required rlSchedulo of Testing by Contractor: Testing' including sampling, will be performed by Engineer or the testing firm's F laboratory personnel, in the general manner indicated in the Specifications. Engineeit shall determine the exact time, location, and number of tests, including samples: Arrangeloents for delivery of samples and test specimens to the testing firm's laboratttry will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allo testing, including sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When to *ting activities, including sampling, are performed in the field by Engineer or the Besting firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. When th* specifications require inspection of materials or equipment during the productil6n, manufacturing, or fabricating process, or before shipment, such services will be`, performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. Contracioor shall give appropriate written notice to Engineer not less than 10 days before affsite inspection servic_:es are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit. a written report to Engineer, with a Copy to Contractor, at least once each week. The Con*aet*r must provide all applicable certifications and testing documentation for all iaterial verifying compliance with specifications to the Engineer and owner. ContracWr shall obtain Engineer's acceptance of the testing firm used for all applicabre certifications and testing documentation for material compliance before having s3ervices performed. Section A - SP (Revised 9/18/00) Page 17 of 41 payments to !--he Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 I ap2gUon Required - NOT USED (Revised 7/5/00) A -24 tS % ety Bonds Paragrh two (2) of Section &-3 -4 of the General Provisions is changed to read as follow• "o surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If p4rformance and payment bonds are in an amount in excess of ten percent (g %) of the Surety Company's capital and surplus, the Surety Company S 11 provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ton percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount aI the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, tr#e amount of allowed capital and surplus will be verified through the Sate Board of Insurance as of the date of the last annual statutory fnancial statement of the Surety Company or reinsurer authorized and admitted tc do business in the State of Texas. The Surety shall ds:ignate an agent who is a resident of Nueces County, Texas. Each bond most be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the t',nited States Secretary of the Treasury or must obtain rekinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that malts all the above requirements. The insurer or reinsurer must be lited in the Federal. Register as holding certificates of authority on the date the bond was issued." A -25 S#es Tax Exemption (NO LONGER APPLICABLE) (6/11/98) eft o - -o- ,-- -Ta�--- Rxe�[► 3. T.�t�z =ccc -i-f, lieu 4 the - c Section A - SP (Revised 9/18/00) Page 20 of 41 Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the r)tai irofits, bonuses, dividends, interest payments, commis >sions, -onsuiting fees, rents, procurement, and subcontract paymeni =s, and any other monetary distribution paid by the business enterprise_ d. Minority: Se- defin:_tion under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are t;wned by one � r more women. f. Joint Venture:. A joint venture means an association of two or more persons, partnershi corporations, or an combination thereof, founded Ps. P Y to carry on a single- business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed b the For example, a Y joint venture. p joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. .: Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate » work force on all construction work for the Contract award are as i follows: Mikity Participation Minority Business Enterprise (Percent) Participation (Percent) 45% 5% b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from e project to project. L)r the sole purpose of meeting the Contractor's percentage is prohibi.l e}d. 4. Com ,1 i ance a. Upon completior of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and ); female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writ ng, the overall participation in these areas which rave been ichif-ved. The City Enqineer may withhold monthly or final Section A - SP (Revised 9/18/00) Page 19 of 41 '4 josses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting trom such injury, >r any amage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work c vered by this Contract, The foregoing indemnity shall apply except if such injury, deal 1i or damage is caused directly by the negligence or c)ther fault of thr City, its •igents, servants, or employees or any person �.ndemnified hereunder. A -27 RMspontibility for Damage Claims - NOT USED A -28 06asidorations for Contract Award and Sxecution To allgw the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. tether any liens have been filed against bidder for either failure to pay for sse�rvices or materials supplied against any of its projects begun within the pleceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the alaimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A biddilr 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 darted by the bidder's owner, president or other authorized party, specifying all .urrent assets and liabilities. A -29 ntraictor'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: The superintendent. must have at least five (5) years recent experience in the clay -to -day field management and oversight of projects of a similar size and <3Dmplexity to this Project. This experience must include, but is not limited to, street repair, sanitary sewer restoration with C -I -P Pipe and pipe bursting, manhole rehabi_(itation, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the architectural submittal process_, federal and state wage rate requirements, and contract close -out procedures_ The superintendent shall be present, on the jobsite, at all times that work is being pe rformed. Section A - SP (Revised 9/18/00) Page 22 of 41 nZ: 6 St�� tal Insurance Requirements ' For each insurance coverage provided in accordance with Section B -6 -11 of the Contract' the Contractor shall obtain an endorsement to the applicable Policy, igned by the insurer, - stating: insurance in the event of cancellatio in n or material change that reduces or restricts the rance afforded by this coverage part, each insurer covenants to mail prior wr u ten notice of cancellation or material change to: 1- Name: _ City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contr*ctor shall provide to the City Engineer the signed thereof artified by the insurer, within thirty endorsements, or copies the City ngineer requests that the Contractor sign )the Contract documents. he date Within t rty (30) calendar days :after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer With a certificate of insurance certifying worker's compensation insurance coverage that the Contractor provides for all employed on the Project described employees of the Contractor in the Contract. For each ,insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance Policy, sjjgned by the insurer, stating that the City is an additional insured under t the insurance policy. The City need not be named as additional insured on Worker's Compensatiaon overaq( . For contractual liability insurance coverage obtained in accordance with Section B- 6 -11 (a) #Jf the Contract, the contractor shall obtain an endorsement to this coverage stating; Contactor agrees to indemnify, save harmless and defend the City, agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, Section A - SP (Revised 9/18/00) Page 21 of 41 A, hieIn the event that a subcontractor previously listed and approved is sought substituted for or replaced during the term of the Contract, then the Citty o Enngineer retain^ the right re subcontractor o approve prior to its part to appr ov e an the Psubstitute or replacement proval will not be given if the replacement of the subcontractor will result inp an increase in the Contract price. Failure of the Contractor to comply with this provision ccnstitutes a basis upon which to annul the Contract pursuant to S *ct i on P -7 - 1 3. Prelim-inary progress tc*mponents of he work IThedPinal progress schedule relationships between n the major City Engineer at the pre - construction conference; ubmitted to the 8. Dcccimentation required pursuant to the Special Provisions A -28 and A -2 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9- Documentation as required by Special Provision A -35 -K, if applicable. 10- Within five (5) days following r i of ive g bid opening, subait in letter fora, information type of entity and state, i.e., Texas or Partnership, and n�(s) and Titles of (or other state) Corporation contracts on behalf of said entity. ( ) individual (s) authorized to execute A -31 ded Poli on Extra Work and Chancre Orders Under "(neral Provisions and Requirements for Municipal Construction Contracts" B- 5 Pol 8 - ity on Extra Work and Change prders the present text is deleted an with the following: d replaced Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed b the Director of En c neering Services or his designee. The Contractor also acknowledges that y the "City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A -32 ecution of Contrast" «' tinder ^r Provisions and Requirements1for�r�Mutnicipal Construction Contracts" B- 3 -5 Exec of Contract add the following: _ The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures Of the City Manager, City Secretary, and City Attorne y, or their authorized desiiDnees. Contractor has no cause of action of any kind, including for breach Of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A -33 Con do of Work Eac bid 4r- must h e Pro' himself completion of th fully with the conditions relating to the ject_ Failure to do So will not excuse a bidder of his obligation to carry out the provision:; of this Contract. Contractor is reminded to attend the- Pre -Sid �ti ferred to in ial Provision A -1. A--3�{ Precreno� of Contract _ �cumments In case of conflict in the Contract documents addenda issued during the bidding rst precedence g phase of will be given to the Project, second precedence will be Section A - SP (Revised 9/18/00) Page 24 of 41 H 2. Fo-eman, if utilized, shall have at lease five (5) Years recent experience in s 4 lar work and be subordinate to the su erintendent. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these matters will be reviewed by the Contracfr's field administration City Engineer. The staff, and any subsequent substitutions or replace nts thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineers obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessar -Y prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant. to section B -7 -13. =!MFLawa •-,uonsiaeratXQP of Contract" Requirements Under "G#neral Provisions and Requirements for Municipal Construction Contracts" Section 3 -1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: I. A Itst of the major components of the work; 2. A i$st of the products to be incorporated into the Project; 3. A edule of values which specifies estimates co nent of the work; of the cost for each major d. A s (*edule of anticipated monthly payments for the Project duration. a `- The ;names and addresses of MBE firms that will participate in the Contract, alOZ with a description of the work and dollar amount for each firm; and subantiation, either through appropriate certifications b y federal agencies or $i.gned affidavits from the MBE firms, that such MBE firms meet the guic*lines contained herein. Similar substantiation will be required if the Contractor is an MBE. It the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly a demostrate, 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. 6. A liat 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. F 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 Oity Engineer of all of its subcontractors prior to beginning work on the Projt. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. Section A - SP (Revised 9 /18/00) Page 23 of 41 site. - 8r�ga`�#i -saw.. ` Bet be i4lIeWeEl. and remev E���ii�►F"PL.iii � c' ti aT� nntar�n�QS zvre f.. �nr -a�r�e -- #'�: —� --- -.. -�: ,s�rr- z,c- -�'-r1 n�v__,'}r_• -cr, A41 68fttFaELtel� vehieles Must be pat-ked a, '- —No 7� SAY -• v -4 ter based ffteniter-In de- nq ,3b 1: e to a ♦ le water- and -- fle- as 4- lie has been at tr- the r c+r-r,czzrif N ♦ / -ct ruf Section A - SP (Revised 9/19/00) Page 26 of 41 given tq the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will he given last precedence. In the event of a conflict between any of the : 3tandard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda,: Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced „ pecifications, Standard Specifications, and General Provi si c>n- , in t h,it ordt ,, . A -35 Ci y Water Facilities: Special Reguirements - NOT USED Ohmll gkot start, operate .. , ev any other Watew at 1 GI"F -.1 it ems v ~�iZZiTC•li�- a ®met tt�e- ciaditR€ the water.- - z - - - - -1 All mater }als and - , ' and , i sue= /t,TC•� ��rd ti1 a •�. ..� T 114 x.oc j —vcT -� -� in the Standard , need 1 , he used Uft - lee Aml 61 and unless queh prl$r - -t8-- *oe A-11 '? } }�3e6fit t t ,,,1 - rveTVr -Ez -P nv -- Section A - SP (Revised 9/18/00) Page 25 of 41 i Resubmittals Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractor:; and suppliers and instruct subcontractors and suppliers to promptly report, *hru Contractor, any inability to comply with provisions. 2. S les: The Contractor must submit samples of finishes from the full range of m ufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. T "t and Re air Re ort Whin specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, thi related equipment will not be approved for use on the project. A -37 N#nded "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", B- 6-15 Arlan gement_and Cla qec for Water Furnished by the City, add the following: A-38 "Tbe Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan ") . This includes implementing water conservation measures established for changing coditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." ties for Building or Construction Projects for The requirements of "Notice to Contractors "B'" are incorporated by reference in this Splcial Provision. to of Occupancy and Final Acceptance - MDT USED A -40 Avbndmmt to Section B -8 -6: Partial Estimates General:Provisions and Requirements for Municipal Construction Contracts Section B- B-6: PaIltial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptaple, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Enginee, that show that the material supplier has been paid for the materials delivered to the Project worksit.e. A -41 One Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone arisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be Mounted as a calendar day and the e'entr- ete,- w " be- eempensated at the unit Section A - SP (Revised 9/18/00) Page 28 of 41 I f, p�ael Seal, a11--- eqif� a will be the pred?det of efie .fa T,r; ,.r &.- _ ears -Water Treatment plant +rj� -r =z�P�z- o==..:=r� -at tf3c, -9:- Pl Stems be used . h n r r � ded- -and required, to add �.heee X114 system ttae ed- 16 f-E�f ttaehed sheet Is not ifitefided to BhA4� all of the required sheets. '1'be-- �frr�ra� tR� -rrt kl-- ei -evlde a��- p=e�#r�mmine-- �lvc�� --uScd e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver *_o the City Engineer for approval, and coordinate the submission of related items. €. Marking: Contractor must mark each copy to identify applicable products, models, options, and c *her data. Supplement manufacturers' standard data Y.O provi de inftrmatzor unique to this Project. 9- variations: ContractoL must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor -and Engineer rrr•view st <3mps: on all submittal forms. Section A - SP (Revised 9/18/00) Page 27 of 41 All trene at the 0. N. Stevens Water Tneatment PI. on the peeet: A -36 Ot tr Sqbwtittals (Revised 9/18/00) 1. S_htp Drawing Submittal: The Contractor shall follow the procedure outlined bel w when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. C. Submittal Transmittal. Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Pr,,-)ducts required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver *_o the City Engineer for approval, and coordinate the submission of related items. €. Marking: Contractor must mark each copy to identify applicable products, models, options, and c *her data. Supplement manufacturers' standard data Y.O provi de inftrmatzor unique to this Project. 9- variations: ContractoL must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor -and Engineer rrr•view st <3mps: on all submittal forms. Section A - SP (Revised 9/18/00) Page 27 of 41 _N A -47 �+re- Construction Exploratory Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing Pipelines of the F project that cross within 20 -feet of proposed pipe3xn es of the project and Contractor shall survey horizcmtai location o each crossing and potentially conflicting i vertical and For el#;isting pipelines which g Pi.Peline. pipelines of the Parallel and are within ten feet (101) of ro posed Froiect, Contractor shall excavate and expose said existing pipel #ies at a maximum of 300 -feet O. C_ horizoht:a_l and vertices! locations of said and parallelct1or shall survey the accurate O.C. Pipelines at 300 -feet maximum Contractor shall then prepare a report and submit it to the City indicating the Owner of pipelines excavated and surve surveyed, a Y for approval statioli thereof, distance to the Y s well as the approximate existi pavement centerline and elevations of the top of pipelines. Contractor shall perfora no construction Work on the project until all excavea�'ons have been made in their entire exploratory Engi -n and until Contractor receives En eer a results thereof reported to the g approval of report. survey 01ork effort {no separate pay} for ex loContractor shall provide all his own P y excavations. A -48 01JRrha— Electrical Wires (7/5/00) Contractor shall :comply with all OSHA safety re of construction equipment beneath overhead electrical� wires - w There are man proxim ity wires dossing the construction route and along the construction route. Contractor y overhead shall u *,e all due diligence, precautions, etc., to ensure that adequate safety is .« provided' for all of his employees and operators of equipment ensuring that no damage ;.o existing overhead electrical orand facilities regard to Contractor shall :oordir; ate his work with AEP and inform AEP of his con schedule with regard to said overhead lines. struction shall be the Contractor`s sole responsibility to it prov regard to overhead Lines whether shown in the plans or diot or adequate safety with A -49 Amy ded maintenance Guarant n (8_/24/00) Under "Glwneral Provisions and Rec X3-11 Mai`tenance Guarant luirements for Municipal Construction Contracts ", B- y, add the following: "The Contractor's c;uarantee is a separate benefit the City of ^o us additional remedy available to gua }antee period wi 1 1 operate ltolreduceherelea guarantee rel nnor expiration of the rem #dies available to the City of Corpus Christi for any relinquish any rights or action against the Contractor or any other individual o entit .re causes of Y ,� Section A - SP (Revised 9/18/00) Page 30 of 41 l A -42 O IA Rules s R2TI:Ia ions It is the responsibility of the Contractor(s) and regulations while performing any and all to adhere to all applicable OSHA rules City- related projects and or jobs. A -43 Amended Indemnification 6 Hold Harmless (9/98) Under "general Provisions and Requirements for Municipal Construction Contracts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its entirety and the followis substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever frOrn an act or omission of the contractor, or any subcontractor, supplier, maerialman, or their officials, employees, agents, or consultants, or any work doge under the contract or in connection therewith by the contractor, or any subcontractor, Supplier, ma *_ PP erialman, or their officials, employees, agents,' or consultants. The contractor shall hold the City, its officials, employ age ees, attorneys, and ts harmless and shall. indemnify the City, att3brneys, and agents from any and all damages, injury, officials, employees, from a negligent act or omission of the cit 1 its Officials, y' or liability whatsoever attorneys, and agents that directly or indirectly causes injury to an emplo e e Of the contractor, or any < >ubcontractor, supplier or materialman. employe A -4 4 Chave Oprder (4/26/94) Should achange order(s) be required by the engineer, Contractor shall furnish the engineer 4a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub - contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.) , This breakdown information shall be submitted by contractor as a basis for the price of the change order- A-45 As -Atilt dimensions a6d Draxinas (7/5!00) (a) Contractor shall make appropriate daily measurements ~ onstructed and keep accurate of of facilities records location vertical) of all facilities_ (horizontal and (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall Lnclude the following: (l Horizontal and vertical dimensions due changes. to substitutions /field Changes Ln equipment and dimensions due to substitutions. i4 ;I "Nameplate" dat -i on all installed equipment. Deletions, additions — and changes to scope of work. -% Any other, changes made. (�) Horizontal and vertical dimensions of existing utilities affected crossed : >r found during the construction. A-46 DlapaW.i apE Hi hl Chl*rinated crater - 110T Q3SD (7/5/00) Section A - SP (Revised 9/18/00) Page 29 of 42 sludgl, grit, debris, etc., be removed from existing lines and manholes during cleaning operations and not be allowed into downstream portions of the collection system. The Contractor shall be required to provide a weir or other methods approved by the Engineer for assuring that downstream does migration of these materials riot: occur. The Contractor shall also be required to from the existing remove these materials line or manhole by methods approved by the Engineer. The disposal of the resulr_inq proper sludge, etc., shall then be the responsibility of the '"ontra+ct -or-. Trucks hauling materials removed from -ha l l b�, the existing lines or manholes �.,iatert qht se; that ; - rt <� leakage or spillage will occur. Ail solids and cemi_so' ids shall be dewatered and delivered by the Contractor facility that is authorized tc; ,. to a receive it. if the Contractor desires to utilize the City's,J.C;. Elliott Sanitary Landfill, he will be required to complete the attached GENERAT'OR'S WASTE PROFILE SHEET. The material must be sufficiently dewatered to pass trf> required pai.tt filter test. Disposal of the Landfill material at the Elliott , s sub�ec:,t t • : prior approval of the facility and disposal fees, � a payment of associated The Contractor has the solids and semi - sol option of using the City's facilities for dewatering the ids. The Wastewater Department requires companies that wish to utilizO the City drying beds to apply for registration as waste handlers with the Greenwood Plant. At the Greenwood Wastewater Treatment Plant (1541 Saratoga Blvd.) the City has six drying beds, each with surface area of about 2.300 a one -foot high containment wall with a handle f. The Contractor would be required to haul and the material t;), at, and from the facility. The responsible for Contractor will be the restoration of the drying beds to include dewatered material and removal of all replacement of the existing sand bed with new sand. All work required within the Greenwood Wastewater Treatment Plant shall be in accordance with the regvirements set forth by the Plant Supervisor. subject to The use of the drying beds is prior approval and payment yment of associated dewatering fees. - If the k-ity,s facilities are used for dewatering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate solid waste and wastewater officials, scheduling the work, forth by and meetin an set said officials- Failure to meet these requirements rejectiOn of the be�causeefor the materials by either the landfill or the treatment plant operations. All costs involved in disposal of the materials resulting from the cleaning of the existing sanitary sewer lines and manholes including, but not limited hauling, crying, Landfill charges, etc. to pumping, various bid items withir, the contract. The shall The to the subsidiary sis a standard specifications tractoonside attention directed 027504, Disposal to . "'leaning Operatior3 of Waste from Sanitary Sewer A -53 PrOtect.ion of EXistina Facilities ?due to the suspected fragile condition of the existing Contractor is pipe and a appurtenances, the expected to exercise extreme care in all construction including the installation operations, and removal of all sheathing, required access g, shoring and bracing for any pits. Construction equipment and techniques employed by the Contractor shall be such as to minimize the possibility of any further damage to the existing ;pipe and appurtenances. The Contractor `�f .- shall be responsible for the repair any existing facilities damaged by construction meet the operations. Such repairs shall requirement;; set by thc= Engineer and the City Wastewater Division. "'he COntrac:tor shall hav( all mar.erl<als and equipment read )f the unitary sewer line in for the immediate repair the event that a section of the sanitary sewer line <�'ollapses� during the course of the project. The Contractor a plan shall prepare and submit of action for emergency repair of the sanitary for appro?val_ sewer system to the Engineer The plan should contain information on elnd type' of repair equipment to he used and time ation required for equipment mobilization. Section A - SP (Revised 9/18/00) Page 32 of 41 0 Ll A -50 P Itn sheets The dra�tings for this project are based on recent surveys conducted for the City. Since the sanitary sewe.r rehabilitation method selected for this project requires minimal `- excavation, this survey did not include the establishment of ground profiles along ttke sewer alignments or location of water, sewer, gas, oil, electric, cable TV, telphone, or other utilities. Sanitary sewer, storm sewer, water and gas have been sheimdn based on the <'ity of Corpus Christi Geographic Information System G.I.S) . A -51 Lftntea ce and Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the exi #ting sanitary sewer system and shall not restrict access to residences or busines*es. It shall be the Contractor's responsibility to coordinate with the City Wastewater Department regarding any modifications to the existing system flow pattern , such as rerouting flows, or operation of any permanent or temporary lift stations) . This shall be applicable even in case of cave -ins. Any such system modifications will be subject t:o approval by the Engineer and the City Wastewater Department and shall not. interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system Modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumtd over the street or ground surface. No sewage or other liquids shall be handled by allowinq flexible or rigid bypass pipeline through the storm water lines. To bypass the flow, the connections to the existing facilities shall be made over the sur *ace by means of flexible and /or rigid pipes. The pipe used for bypassing this flaw shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge, but small enough to not cre *te hindrance to the traffic flow or create any blockage or accident. The dewaterng of surcharged lines and manholes and construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, haulage.by tanker truck, etc., required to maintain and control system flows shall be the #responsibility of the Contractor. The dewatering of surcharged lines and manholea and construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, haulage by tanker truck, etc., required to maintain and control system flows shall be considered subsidiary to the various bid iteos in the contract, and shall not be measured for payment_ The Conaractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. The sewer lines to be cieaned and rehabilitated under this contract are now in and must reM n in active service to convey wastewater to the treatment plant. The City makes net representations; that any lines (gravity or force mains) will be removed from service to facilitate the cleaning /televising and rehabilitation operations. Nor doe4 the City make any representation that the lines are on grade and free of sags ann bellies and are not surcharged. The contractor shall incorporate into his work pl* the removal of liquids and internal deposits from the lines and manholes using tale most efficient. means <ind methods available under the contractor's control. The City will not support the contractor in his operations by loaning equipment, work crews, removinq lint -s from service, etc- A-52 Disposal of Materials Resulting from Cleaning of Existing Lines and Manholes The Contractor shall be responsible for the removal from the site of all solids and semi - solids resulting from the cleaning of the existing lines and manholes. Sludge depths for the existinq sanitary sewer line are not shown in the plans and specifications, however, it is the intent of the plans and specifications that all Section A - SP (Revised 9/18/00) Page 31 of 41 damag *d concrete sect, on exceeds these requirements, sae thickness of concrete they shall be replaced with the and amount of re structure(s). Restoration steel as of all improvements as accordance with a the existing applicable City Engun steal standard specifications 1 be in *er. A_11 lawns or other veginoer - as determined grassed areas by the area disturbed b Y construction operations or asphalt driveways, shall he restored perations tc, its orVi for the items mentioned above Engineer.. gifial condition unless directed otherwise y the � The Contractor may be required ?.o perform „ sectio�ts of the P clean project durin ups of the entire project or Engzn der- Upon completion g the course of construction, o as directed b clean UP of the entire Project, construction, the Contractor shall Y the again as directed b Perform a final Y the Engineer. Unless shown on the clean- Proposal as a unit bid item, all site p shall be considered .. subsidiary restoration and ro' direct payment shall be made. Y to the various bid items p Jeco therefore, no A -58 I6habx.4tation of Xx18t1nQ Manh�lee Rehabilitation of existing inserts in compliance with Technical al Specifibca performed Specifications using fiberglass manhole the Special provision A -4. ection 2G17, as indicated in Rehabilitation of existing manholes with a fiberglass manhole insert is not :united to, excavation and removal of the m includes but protect ve ring), existi manhole ring and existing manhole cover {and con, are sma'ler than 4e walls, Aver than corbel, the entire chimney where the dimensions diameter, dewatering (if ' of necessary), washing manhole invert, invert for liner, placing of fiberglass s grouting annular space liner, manhole ring e- grouting between the liner and manhole walls g and cover, adjusting steel i � ring and cover to replacin �ow inhibitor and pavement g Providing 57 a stainless and the surface restoration. restoration as mentioned in Special Provision Aw The exiting manholes to manholes; be rehabilitated are brick Refer to and mortar City the plans for additional details standard Contractor shall be required to verify of existing manholes. The manhole Conditions prior to Y the existing manhole dimensions construction. and existing The Contractor is advised to schedule this work during must reroute all existing times flows to allow rehabili 9 of minimal flow and The Contractor's for totion method, for proper installation for the of the proposed i quirements for maintaining is drawn to Section A -51 �f material and A -52 from cleaning operations. and controlling wastewater flows and disposal posal A -59 Me d of Sani Sewer Line Rehabilitation 1: t. is thei.ntent of the methods Plans and specifications to allow cured d Pipe bursting to -in- this p j rehabilitate the existing Place pipe(. ro , the design of the CIPP sanitary _.. sewer lines. For Fo existing "ewer pipe with in liner shall be based on full ova.l;ty of 2% to 50. _y deteriorated (FD) A- 60 In al Combustion E Ines for Generators , Unless ott�rwise approved pproved by the Engineer, the P ele ric_al use of internal c generators and /or pumps for Flow combustion engines to prohibited between the for control op Fzours of 6:00 or other o option to equest use of internal P.m. and 7 :00 a.m. Aerations shall the -- cont, engines for each location has the aiCtor submits a mediated Provided that noise level proposal to the Engineer for review Section A - SP (Revised 9/18/00) Page 34 of 41 AA -54 deo ' t�ocuaentation As part of the project requirements, the Contractor shall perform televised inspect::ions of the entire lenqth of lines to be rehabilitated after cleaning and again axfter rehabilitation work is complete. Both inspections shall be recorded in color on professional grade VHS format videotapes at standard play (SP) speed. The findings and observations during the videotape recording document.inq the finding in he shall be referred by g 'ape by audio sound and continuous footage docume a n on on the screen, The original plus one (1) forwar d } - -- copy of these tapes will be o thE� Engirioer foi review and approval as they are completed. The Engineer will distribute a copy to the Waste Water Department. If the the videos does n p ot meet with the Engineer's a the of televisinq and/or recording equipment and procedures� as erequiredt and sh epe t modify the video decumentatiK>n process. Vddect:ape records approved by the Engineer will then be forwa -rded to and become thy- property of the City Wastewater Division. The Contractor will be required to: make one set: of direct copies from the original videotae records for his final inspections and in furnishing videotape records in a three ring binder, which shal' be included in the applicable bid items in the proposal. Please see Attachment I1 Televised Inspection Report Data Requirements, fcr the information required yin the video tapes and inspection report. The information submitted by the Contractor must include at a minimum the information required by Attachment Ti. In addition to any pipe defects, the Contractor shall also note the location of eactl service connection on the video tapes and the accompanyinq inspection report No separfte payments shall be made for televising the lines after cleaning pipes to be rehalilitated by C.I.P.P. Or' Pipe burstin subsidiary to the CIPP, pipe bursting or cleaning bid i temskin the proposal. The Contractor will be paid by the lfnear foot for lines televised after cleaning at the establislAed unit: price for the pipe size as indicated in the proposal. A -55 Tr ch S"et If the Contractor's proposed construction methods require the excavation of any access Pits, trenches, or other below ground operations, such work shall be in compliancie with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amouj*t bid for the item "Tench Safety" as shown in the proposal forms. A -56 Confined $pace Entry lteauirements Contractor will be required perta to comply with all OSHA regulations and guidelines as inirt�`` to to and classification of confined spaces and associated re( rem is for entry into these areas including compliance with OSHA Regulation (StandarcE 29 CFR) Permit R.equireci Confined Spaces 1910.196. A-57 P @nt Restoration and Project Clean Up it is the intent of the plans and specifications that any and all areas within the Limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, for pre- construction exploratory <xcavations, point repairs, rehabilitation of manholes, access pifis, service Lateral min construction, the replacement pavement shall, as a imum, Conform t-o the p<f vement restoration detail shown on the plans (refer to Class III Pavement Repair for all pavement restoration). the excavat or damaged pavement section exceeds these requirements, they shalllbe replaced with the same t e YA and thickness of materials as the existing pavement. Where concrete pavements,: curbs, etc., are excavated or damaged, the replacement shall, as a mini>um, Conform with the City standard details and standard specifications available ibn tile with the Department of Engineering Services. If the excavated or Section A - SP (Revised 9 /1B /oo) Page 33 of 41 A -63 flint impairs and Xxtra Length for Point Repairs Known point repairs for this project are listed for each work area in the bid propos4l. In addition to the listed point repairs, if the Contractor encounters line Obstructions or structural failure that will not allow high pressure or mechanical cleaning equipment to pass through the sanitary sewer pipe and which cannot e removed with conventional internal methods, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction as directed by the Engineer. Point repairs do not include repairs required to remove tools a0d equipment stuck during cleaning, CCTV inspection or rehabilitation. Costs associ.aed with removing stuck equipment will be the responsibility of the Contractor_ Payment for the• repairs will be at the established unit prices. Contractor will only t» paid for approved and completed point repairs. Where required, I point repaj shall incclride all labor, materials and equipment necessary to repai__* a 10 foot length of Existing sanitary sewer pipe (5 feet on either side of the local-Lon of point repair), and shall include all items listed in Subsections 10 and 11 in Section A -9_ If it is determined that. a particular point repair length is in excess of 10 feet, the sai4i point repair shall be measured by the linear foot and paid for at the established unit prices_ All point repairs and extra length for point repairs must be approved in writing by the Fngineer prior to commencement of the work. The Con_ractor shall repair the existing Contractor to continue the rehabilitation proposed rehabilitated pipe diameter. AA -64 ZJ*ors Prod omissions line to a condition which will enable the operation without reducing the size of the The Contractor shall carefully check these specifications and the contract drawings and report to the Engineer any errors or omissions discovered, whereupon full instructLons will be furnished promptly by the Engineer_ If errors or omissions are so discovered and reported before the work to which they pertain is constructed and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided e l s ewher�e . The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor_ It is the intent of Contractor- this Corgi ract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended ;jse, A -65 LaA of TWormation If the C retractor feels that there is insufficient information in order for him to prepare ibis bid and /or construct the work, he is required to make a written re uest for additional information. If :the 'ontractor chooses to conduct his own pre -bid TV investigation of the sewer lines, he shall contact the City's Project Engineer. The Project Ingineer, after receiving the written request, shall contact the Wastewater Departmexit to assist the Contractor to perform a pre -bid TV investigation. The Contractor shall be responsible- to provide Traffic Control plans and required traffic ontrol signs as per City's requirements, required flagmen to divert the traffic during the pre -bid TV investigation and the by -pass plans to divert the flow. However, the Contractoz- >halj_ not perform any investigation at the project site unless a written request « sutmu tted and approved. The Contractor shall_ not :Ise the la ..k of informat i n y; , -: ha s for requesting extra compensation. Section A - SP (Revised 9/18/00) Page 36 of 41 _„ and app ov,I. Payment :,f the ?_esting services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be done by a recognized testing laboratory selected by the City. The criteria for approval of the mediated noise level proposal for the use of internal combustion engine Will be based on the noise level measured at the closest property line to the proposed internal combustion engine location. Per Federal Highway Administration * (FHWA Source 23 CFR ?72), Noise Abatement Criteria, noise level leg shall not exceed 67 dBA Ldn anytime. For protection of the employees working on the site, the permi_ssl.ble sound level should not exceed 90 dBA per day in eight hours period (for more information, refer ro OSHA 1926.52 or 1910.95). The Engineer or his designated representative reserves the right t:­ stop construction, if any time the noise level exceeds the above said =- riteri�: A -61 R outlaq of Traffic During Construction 't The Traffic Control Plan for the work has been prepared by the Engineer and is include( in the drawings. Should the Contractor desire to deviate from that plan, it is tl*e responsibility of the Contractor to provide a traffic control plan to the '] City Trff weeks .c Engineer for approval. The plans should be submitted for approval two ifs advance prior to its implementation. The traffic control plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, Oroportionate and if possible, to scale; and shall meet the City of Corpus Christi's "uniform Barricading ;Standards and Practices" for the City roads, and the require*ents of the Texas Department of Transportation (TXDOT) for roads under the lurisdi(tion of the TXDOT. Any additional cost incurred due to preparation of a revised traffic control plan shall be. the Contractor's responsibility. No additional payment will. be made. fhe Contractor shall secure the necessary permit from the City's Traffic Department. A -62 Qu llfi«ations of MaSufacturer's Field Service Representatives 1. Ge`' ral: The technical specifications require that for certain equipment and of r items, the manufacturer shall include in his cost to the Contractor sp 'ified periods of on -site time of a qualified factory field service engineer to provide certain. services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced prq)erly. This, in turn, will help insure that the item furnished will fuMtion as intended and have a useful, trouble -free service life. 2. Pr r A oval: As part of the submittal data required, the name and complete qu' cations of the person the manufacturer proposes to send as his reWesentative must be .included. The Engineer will have the right to reject any, person who, in the Engineer's opinion, is not qualified to perform the recliired services based on the information furnished. I. On ite Rejection: In the event_ a manufacturer's representative, while on the o site, demonstrates (ir the opinion of the Engineer) that he /she is not thoroughly qualifieo, to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo =3s much of the :.-ompleted services designated by the Engineer and complete the remaining servi .es. This :;hall be done at no increase in the contract amo' nt (no cost to t he Cit 9. Vi o Ta es: The City reserves the right to video tape any and all services per ormed by manufacturer's field service representatives. The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to restLhedule services to acccmmodate the City. Section A - SP (Revised 9/18/00) Page 35 of 41 A -68 rotgtstion of Public and Private property Contrtor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, buildings, utility poles, a driveways, curbs, walks, by construction operations,gtogether� with call sod and shrubs surface yards,' parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacemenrs shall be made with new materials. No tre*s shall be removed outside the permanent easement, except where authorized by Engine *r. Whenever practicable, Contractor shall tunnel beneath trees in yards and parksher7 on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury ro trees. Trees left standin protected against damage from construction operations. g shall be adequately Contractor shall be responsible for all damage to streets, roads, highways, shouldetrs, ditches, embankments, culverts, bridges, and other public or privte propert, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or an a whether; by him or his Subcontractors. Contractor shaky make satisfactory eof accept *le arrangements with the owner of, or the agency or authority jurisdiction over, the damaged property concerning its repair or replacement havin payment of costs .incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. A -69 amity Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing faciliti personsr es thereon, against vandals and other unauthorized No clai# shall be made against Owner by reason of any ac of an emloyee or trespaser, and Contractor shall make good all damage to Owner's property resulting from his' failure to provide security measures as specified. Security measures shall be at Least equal to those usually provided by Owner to Protect his existing facilities during normal operation, but shall also include such addition#] security fencing, barricades, lighting, and other measures as required to Protect the site. A -70 Aa- ss meads Contractor shall establish and maintain temporary access roads to various parts of the site 'as required to complete the Project. Such roads shall be available for the use of ail others performing work or furnishing Project. services in connection with the A-71P�! n g Contractor shall provide and maintain suitable parking areas for the use of all construct on workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with pbli t affic, activities Owner's operations, or construction . Section A - SP (Revised 9/28/00) Page 38 of 41 A -66 C!*taai.tsated Soils ' If, during the construction, an area is suspected of a high level of contamination, then th0 City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated leVels of contamination may be utilized as backfill for excavations, up to 24" from the Burrace of th(z finished grade. ft will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" if the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings- On-Site Stockpiles: Excess material from excavation, whether non - contaminated orcontaminated with any detectable concentration of contaminants, shall be ha*dled in such a way as to prevent run -on, runoff, and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by;;plastic, with a clean - soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile area shall be the responsibility of the Contractor. 3. Disposal of Excess Non - Contaminated Soil: The balance of any non - contaminated soil not used in backfill, shall become the property of the Contractor and disposal l hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Sail: All costs associated with excavating conaminated soil, transporting contaminated soil, landfill disposal fees, cortructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated 5� by the City. ` }. OS*k Training: Contractor shall be responsible for providing proper OSHA ha ardous waste training that is required for construction personnel working in contaminated areas. A -67 Fejtbes _e All existing fences affected by the work shall be maintained by Contractor until compietio of the work. Fences which interfere with construction operations shall not be relocated or dismantled until the owner of the fence has been notified of the construction and the duration that the fence is to be left relocated or dismantled. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of thf, work :cross any tract of land, Contractor shall restore all fences to their original c;r to a better condition and to their original iocations, F'aymernt for removal, replacement or repairs to existing fences shall be at the established unit costs in the proposal. Section A - SP (Revised 9/18/00) Page 37 of 41 Prior Contractor tp Pumping groundwater shall contact the Pretreatment from the trench to the sanitary sewer system the permit Activity at 826 -1800 to obtain from the Wastewater Dept. City will a "no cost" water ana ysis cost_ required. pay for any water quality The permit will testing or flow. Groundwater flow can be require an estimate of estimated by boring hole groundwater trench then record water level a or excavating shortly after completion, a short record then re xter level again. Pump cord how long allow to sit holey or trench dry to a holding tank or over night, vacuum 1t takes -> fil.l to original level and overnight truck level. A -76 Manhole Testing As part of the project requirements, the Contractor shall perform leakage testing of the manholes by one of the methods outlined in Technical 2G17.13 Specification Section 'Vesting. A -77 Wo in ftDOT ROW The Contactor shall notify TXDOT 72 hours in advance of undertaking any work within the TXD* RON. The notification shall be submitted to Jim Jennings "Notice of Proposed Work" form as s using the hown in Attachment III of the specifications. Jim Jennings can be reached at 361/289 -1400 or by Fax at 361 - 289 -2739. Please note that if there is any change in 'he scope of work, the Contractor shall verify if a new permit is required prior to undertaking the work. All pavement repairs within the TxDC1' ROW shall conform tc the detail shown on Plan Sheet 14 of 14. The Contractor shall protect the pa vement adjacent to the work area. Any pavement damaged as result of the Contractor's efforts, shall be restored to original Condit ion at the Cunt race or's expense . A -78 T ii 1 3ia- prowisions The requirements of "Technical Special Provisions" are incorporated by reference in these Spacial Provisions, A -79 CCT! Intal Inspection Logs The insption logs and video documentation are available for viewing at Urban Engineer' g's office. Contact Doug McMullan at 361/854 -3101. Section A - SP (Revised 9/18/00) Page 40 of 41 U �.i A -72 Rise Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall b(o appropriate for the normal ambient. sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound - muffling devices, and operated in a manner to cause the least noise consistent with effic-ient performance of the Work. During construction activitie: on or adjacent to occupied buildings, and when appropriate, the Contractor shell erect screens or barriers effective in reducing noise in -ihe building and shall. conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A -73 D st Cgatrol Contractor shall take seasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildingls or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, panels,', similar equipment shall be protected by suitable dust instrument Proper ventilation shall be included with dust screens. screens A -74 T poraXy Drainage Provisions Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existingi drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shiail be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Workt and to direct water to drainage channels or conduits. Ponding shall be provided'as necessary to prevent downstream flooding- A-75 Devte_rina This ite shall be subsidiary to the appropriate bid item as-described in Section A- 4 where dewatering is needed to keep the excavation dry, as approved by the Engineer,, and shall include all costs to provide a dry foundation for the proposed improvemts. Storm watet that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped tc' a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to ar's area where poirding o� cur:, naturally without leaving the designated work area or },y a manmade berm {s) prior to entering the storm water system. Sheet flow and ponding is to allow solids s- -reeving and or settling prior to entering a storm water con,dtait or inlet. Storm -Yates or groundwater shall not be discharged to private property witriout permission. groundwater It is the intent that Contractor discharge groundwater primarily Mt o the existing storm water system, provided that the duality of groundwater is equal > of better than the receiving stream. Testing of groundwater quality is io be pertc,rmed at the City's cost, when determined necessary, by the City. ,f the - -ter does riot meet quality standards, options for disposal of groundwater O y the Contractor would include pumping to the nearest . anitary Sewer system or dischar.gincz to temporary holding tanks then trucking to a sanitary sewer or wastewater plant. if discharging to temporary holding tanks and trucking to ,i sanitary sewer or wastewater plant, the costs for these operations shat? be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer n 1 to h,r ease basis. Section A - SP (Revised 9/18/00) Page 39 of 41 SUE14ITTAL u u Y, -it, Ot General Decision Number TX030039 06/13/2003 TX39 Superseded General Decision No. TX020039 State: TEXAS construction Type: HEAVY County(ies): NUECES SAN PATRICIO HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 06/13/2003 COUNTY(ies): NUECES SAN PATRICIO SUTX2052A 12/01/1987 Rates Fringes CARPENTERS (Excluding Form Setting) $ 9.05 CONCRETE FINISHER 7.56 ELECTRICIAN 13.37 2.58 LABORERS: Common 5.64 Utility 7.68 POWER EQUIPMENT OPERATORS: Backhoe 9.21 Motor Grader 8.72 WELDERS -- Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (ii) ) . ---------------- - - - - -- - In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This r-ar. be: * an existing published wage determination * a survey underlying a wage determination httr.• / /vnsnsr.v�nl .n�> /...l.l /. .,�10 /7 �: L .1TV ?A A—L n1^7 /INnn� Page 2 of 2 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 ) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestok considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to- Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION FJ httnJ /www.wdni vl tv/ w�nl /crafilae /�i�..;�l�o.,, „lTV2n 7.,1. m P R O P O S A L F 0 R F 0 R M H AY Mary qzw1cz 1101h SjjMM LnW F400BILITATION PJM1D DEPARTI4ENT OF ENGINEERING SERVICES 'Y CITY OF CORPUS CHRISTI, TEXAS ADDEN" 3 ® Atbchment No. 8 Proposal Form page 1 of 30 Page 1 of 30 P R O P O S A L Place: Date: u. 2006 Propo#al of UTHMS maim=, I.W a Corporation organized and existing under the laws of the State of IMIAM OR a Partnership or Individual doing business as TO: *0 CAty of COLVas Christi, Texas Gentl ien: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work - requirtd for: p SMIN SEMICZ AMA 1,1M �iII+ITATI0K R XD at thw1ocations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: ® [:!AtUt&cbftnt ENDUM NO.3 Proposal Form No.8 Page 2 o f 30 age 2 of 30 ►2 11MY'p U1SIN SERVICE AREA SEVER LIM JUIMMILITATICK REBID BASE BID - AREA A I IZ III IV V HID WY t WIT DiBCRIP?ZON UNIT ZIT PItICt BID ITSM =MW8Idt " A -1 2,470 L' Rehab of 8" VCP Sewer Pipe by CIPP (0' -8' in Depth), complete in place per LF a✓ p� A -2 3#0 Rehab of 8" VCP Sewer Pipe by CIPP (8' -16' in Depth), P ) . complete in place per LF �� '0 {3 $ 0 to 16 A -3 190 Li Rehab of 10" VCP Sewer Pipe by CIPP (B' -16' in Depth) , complete in place per LF / L� •!3n `T �` 2 D `0� $ T A -4 22 EA Install SDR26 Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (0' -8' in Depth) up to 251, complete in place per EA 3 000 00, 0, $ �Q Q A -5 10D Lid' Extra Length (over 25' -0" in length) for Service Laterals (0'-8' in Depth) , complete in lace per LF D a © 0 $ 1 " A -6 7 EA Install SDR26 Service Laterals (with Cleanout) on Seger Pipe Rehabilitated by CIPP (8' -16' in Depth) up to 251, complete in lace per EA ©c �� Q p O $ 7 �� jfl ©, "' A -7 50 LF Extra Length (Over 25' -0" in Length) for Service Laterals (81-161 in Depth) , complete in p lace per LF t b� _ Ctl 40 $ j 0 0 A -8 5 EA';1 Install Cleanout Boot (only), complete in place per EA A -9 9 4' Dia. Manhole Restoration EA with Preformed Fiberglass Insert (0'-6' in Depth) , complete in lace per EA C..�- 0 ✓ 1 © 0Q $ 1 A -10 2 4' Dia. Manhole Restoration EA, with Preformed Fiberglass; Insert (6' -10' in Depth), co lete in place per EA $ C4 t �� Proposal Firm Page 3 of 30 ADDENDUM NO.3 Attachment No. 8 Page 3 of 30 B 1Y NNTP BASIN SsRVICZ ARC& LINE RMUSILIT&TION RAID BASE BID - ARZA A I II III IV V BID i ITZK UNIT D88C RIPTION UNIT PRICE BID ITM =XTzx8I(W A -11 1 4' Dia. Manhole Restoration ZA with Preformed Fiberglass Insert (10' to 15' in Depth) , 13, OV0,OY, 00 complete in lace per EA A -12 10 Remove Additional Brick Corbel VF Depth (41-81 in Depth) , ZOO.' O C complete in place per VF A -13p Remove Additional Brick Corbel VF Depth (8' -10' in Depth), °U complete in place per VF 2 B�rQd $ Zi 5 A -14 Rehab of Drop Connection (0'- SA 6' in Depth), complete in place EA CJ 3; ©ca. per A -15 1 Rehab of Drop Connection (61- 1A 10' in Depth), complete in 3, 50r, co y tlO place per EA $ A -16 1 Rehab of Drop Connection (101- 15' in Depth) , complete in /� jVQ dV OC► lace per EA A -17 Internal Obstruction Removal, complete in place per EA A -18 1 New 4' Dia. Fiberglass Manhole �V (10' -15' in Depth), complete j `p �r �ae` a �i S��Q in place r EA $ A -19 1 Point Repair (Up to 10' in g Length) of 10" VCP sewer pipe C� (10' -15' in Depth) at MH 14019A, r Q O 2 V compl. in place per EA ` $ A -20 2t) Extra length (Over 10' -0" in IF Length) for point repair of 10" VCP 0� serer pipe (10'-15' in Z 5 . �"a Depth), coMPl. in place per LF $ A -21 1 Locate Manhole 5015 and Open, E* complete in place per EA $ 06 EREV a' I Proposal Form Page 4 of 30 ADDENDUM NO.3 Attachment No. 8 Page 4 of 30 �►Y 1111'rP 2118IB CR 11BSi► � L� �ILITATIO� RZSID BAS= BID - AREA► A I II III BID OY i IV V I'1'iit $WIT DRSCRIPTIou UNIT PRIC$ BID ITiM YXTSNSION A -22 20 Repair 1 -1/2" HMAC Pavement SY and 12" Flexible Base, p co lete in lace er Sy too. $ A -23 121D Repair Concrete Sidewalk, SF` c lete in lace er SF t� `' Z i ��, n A -24 30 Repair Concrete Curb and LF $ Gutter, complete in place per LF c} A -25 131 $ 2 � �° SY Sod Restoration, complete in lace er Sy o C A -2 6 t . $ T 7- %. O i 1 Traffic Control, LS complete in l ace er LS A -27 ~- 940 Trench Safety, complete in LF dace 0� er LF A $ 40 -28 �0 Disposal of Contaminated Soil CY n0 Co lete in lace er CY �j ©, $ A -29 1 Fence Restoration Allowance (�6 LS ndatory Allowancn) , complete in place per LS A -30 1 Unanticipated Utility 1,000.00 $1,000.00 LS Allowance (Mandatory A&l), complete in place r LS 7,000.00 $7,000.00 A -31 1 Utlanticipated Point Repair LS Allowance (Msgadatory JU I owance), complete in place per LS 35,000.00 TOTAL M= BID AFMA A $ ,($p35,000.00 (Bid Items A -1 thru A -31) NOTE: The above pri es Oust include alI 1 to cover abor, ftf materials, intated work of the several kinds called 9►jaltity of bailin r _ for and , Profit, insurance, reserves quartiti any bid item. owner etc., quantities:; Do nett order material based The eve quantities are approximate right to increase or PProximate and roxisate entities. may vary from the final Proposal Form Page 5 of 30 ADDENDUM[ NO.3 Attachment No. 8 Page 5 of 30 I II BID OTY a 12W �JNIT B -1 1,080 (with Cleanout) on Sewer Pipe Rehabilitated by CIPP Ls' B -2 4 580 L� B -3 17$0 Lr B -4 137!0 LF B -5 1 102 EA B -6 1 621 LF B -7 19 EA B -8 50 LF B-9 5 EA B -10 7 EA *WP suns =wmQ AMM LIM RZMBILITATICT REBID BAU BID - AREA B III DZSCRIPTION IV UNIT PRICE Rehab of 8" VCP Sewer Pipe by CIPP (0' -8' in Depth), (with Cleanout) on Sewer Pipe Rehabilitated by CIPP O complete in place per LF l,� '�. Rehab of 10" VCP Sewer Pipe by Length) for Service Laterals CIPP (0' -8► in Depth), 64% cOmPlete in lace -,er LF complete in place per EA Rehab of 12" VCP Sewer Pipe by with Preformed Fiberglass CIPP (0' -8' complete in Depth), 00 OQMplete in place per EA �iZQa. in place per LF Proposal Form Rehab of 12" VCP Sewer Pipe by CIPP (8' -16' in Depth) AV SID ITEM BXTiNBION $_ 7q.g6c 11 31,so0,CQ complete in place per LF H 3. $ s{ 910 f)C1 Install SDR26 Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (0' -B' in in place per 251, complete 2 130- Ga p � $ 'Z�S� QQQ . Extra Length (Over 25' -0" in Length) for Service Laterals (lace, in Depth) • complete in Install SDR26 Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (B' -16' in Depth) up to 251, complete in p 2 lace er EA l,� Extra Length (Over 25' -0" in Length) for Service Laterals 161 in Depth), complete in lace L $ Install Cleanout Boot (only), complete in place per EA 4' Dia. Manhole Restoration with Preformed Fiberglass Insert (0' -6' in Depth), 00 OQMplete in place per EA �iZQa. Proposal Form Page 6 of 30 3S—((60, Q) Lj 00_ �. _ 5--d can `3 h, 4 va ADDENDUM NO.3 Aftwhmeo No. 8 Page 6 of 30 Q SMM LIB g�A�18ILIT�TIO� 8 11N?YI g�BID H BID - ATXh B V IV IZZ I Z LaiIT pRICt BID JTM g7RMSlcli HZD CAT a DWMMIpTION Z?MT le Restoration .0 O, Manhole 4+ Dia. e� Z Z ©a B -11 6 with Preformed Fiberglass F Insert (61-10' in Depth) , �i T complete in place Per EA 41 Dia. M.,hole Restoration n v 0 B -12 ' Fiberglass Depth), GQ4 . with t (10, to 15 t?j �j1111 $ Insert ( complete in p laCe per EA � �. Z Remove Additional Brick Corbel $ 00 . B -13 10 + in Depth), VF Depth ( 4._glace per VF complete in p CP Remove Add ltional Brick Corbel 2� o, � $ B -14 10 Depth (8' -10' in Depth), VF Dep lace r VF complete in pA Connection (o +- Rehab of Drop pp $ B -15 1 6' in Depth) , complete in EA lace r EA a ©� Connection W - dD- Rehab of Drop complete in 6d' $ �' B -16 1 10+ in Depth), EA lace r EA Vd connection (lo'- CC B -11 1 Rehab of Drop complete in Lo $ 15+ in Depth), _--; EA lace at EA $ l W, 0. Internal Obstruction= Removal, B -1s 10 late in lace FA c U Point Repair (P to C Syr) B -9 1 Length) of 12 VCP Sewer Pipe $ complete in 13,0150- EA (( 1 -10' in Depth), _._ ---- -- lace er EA Extra Length (Over 10' in B-,o 20 air of Length) for Pointe �6 +_10' in LF en VCp Sewer pip in $ Depth), complete in place per 2 LF Proposal Form page 7 of 30 ADDEMDUMNo' Adacbment No. 8 pate 7 of 30 lil ni NNW N"nW sXRVrCS AVM► LIM BzHBBILITATZON PJMXD BhSZ BID - 1 PJM B I II III Propose orm Page 8 of 30 ADDENDUM NO.3 AttwJment No. 8 Page 8 of 30 IV V BID *Y ITEM OUT DESCRIPTION UNIT PRICE BID ITEM ER'1'EN8ION B -21 1 Point Repair (Up to 10' in EA Length) of 12" VCP Sewer Pipe 0 � (10' -15' in Depth), complete in place per EA B-22 20 Extra Length (Over 10' in LF Length) for Point Repair of 12" VCP Seger Pipe (10' -15' in Lf COQ 00 Depth), coMpl. in place per LF B -23 1 EJk Locate Manhole #13467 and Open, in f 0 5 �` CO �• complete place per EA $ B-24 1;160 Repair 1 -1/2" HMAC Pavement St and 12" Flexible Base, t 1 �� complete in place per SY B -25 2500 Repair Concrete Sidewalk Sit complete in place per SF � .. $ j q 1 00 Q, B-26 5 Repair Concrete Curb and p G �- L Gutter, cowl. in place per LF $ B-27 300 SY Sod Restoration, complete in B✓ place per SY �L�, $ B -28 1 LS Traffic Control, complete in place per LS Z coo. (pZ odt1. 0 $ B-29 2,900 Lr Trench Safety, complete in LF ljo Lf °- place per $ J-4, np. B-30 60 CY Disposal of Contaminated Soil, complete in C�% a Vd place per Cy $ 31 o C, — B -31 1 Fence Restoration Allowance LS Mandatory Allowance) , complete in place per LS 1,000.00 $1,000.00 B -32 1 Unanticipated Utility f LS Allowance 8landatory 1i 110mance) , complete in place per LS -nl 6,000.00 $6,000.00 Propose orm Page 8 of 30 ADDENDUM NO.3 AttwJment No. 8 Page 8 of 30 R ►? BNZP MSIN SEWnCZ ARCS 0 iR LIM RZHABILITMXOK RZBID BASS BID - A741K B I II ZZI IV V BID ITSK OTY i UNIT DESCRIPTION MIT PRIG BID ITW XXTEN8ICN B -33 1 Unanticipated Point Repair IS Allowance (Mandatory Allommos) , complete in place per LS 31,000.00 $31,000.00 TOTAL DAM HID -AR" B $ (Bid Items B -1 thru B -33) NOTE: The a unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to c ' r thy► finished work of the several kinds called for and the Amer reserves the right to increase or decr "'e tbo quantity of any bid item. The above quantities are approximate and may vary from the final quant ties. $o not order ma%erial based on these approximate quantities. Proposal Form Page 9 of 30 ADDENDUM NO.3 Atltchmest No. 9 Page 9 of 30 T NNTP =YASIN SSRVICS AVAA I LIM RSBABILI2ATION R=ID BASS BID — AR=A D I II III Iv V BID ITEM UNIT DRSCRIPTION UNIT PRICZ BID I2224 ZX M=XCN D -1 3,470 Rehab of 8" VCP Sewer Pipe by LF CIPP (0' -8' in Depth), � 1 2A 3C1 Q' complete in place per LF $ i D -2 460 Rehab of 8" VCP Sewer Pipe by 14F CIPP W-16' -16' in Depth) , f �/ �, CK complete in lace per LF $ D -3 *90 Rehab of 10" VCP Sewer Pipe by LF CIPP (01-81 in Depth) , 4 complete in place per LF D -4 410 Rehab of 12" VCP Sewer Pipe by tF CIPP (8' -16' in Depth), J �f complete in place per LF $ D -5 $30 Rehab of 21" VCP Sewer Pipe by I,F CIPP (Greater than 16' in Qd Depth) , complete in place per ��, $��� 2440. LF $ D -6 72 Install SDR26 Service Laterals *A (with Cleonout) on Sewer Pipe Rehabilitated by CIPP (0' -8' in Depth) to 251, n �a CJ._- up complete �" @ b' ��' in lace r EA $ D -7 S30 Extra Length (Over 25' -0" in 1F Length) for Service Lateral Q (0' -8' in Depth), complete in �� b 00 �t lace per LF $ D -8 11 Install SDR26 Service Laterals IAA (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (8' -16' in Depth) up to 25', complete p in place per EA $ D -9 D Extra Length (Over 25' -0" in 4F Length) for Service Lateral in (81-161 Depth) , complete in D ©� lace er LF $ Proposal Form Page 10 of 30 ADDENDUM NO.3 Aftchment No. 8 Page 10 of 30 *R l►2 11NTP MSIN SERVICa A=h 8=00t LX= RWABILITATXCN RABID B1ilSR BID - AREA D I II III IV V BID OTY ITEM UNIT DBSCtIPTICH UNIT PRIG BID ITZK WETZKOICK D -10 9 Install SDR26 Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (Greater than 16' in Depth) up to 25' complete in place per EA D -11 7-0 Extra Length (Over 25' -0° in LF Length) for Service Laterals d (Greater than 16' in Depth) , 40, Z QQ complete in place per LF $ D -12 5 Install Cleanout Boot (only), lam -4 5 �` complete in place per EA $ D -13 4' Dia. Manhole Restoration with Preformed Fiberglass Insert (01-61 in Depth) , Q� Va' I ,�`, - complete in place per EA $_ 1 D -14 9 4' Dia. Manhole Restoration Ik with Preformed Fiberglass Insert (6' -10' in Depth), � C ^� �i Cie T complete in place per EA $ D -15 1, 4' Dia. Manhole Restoration 1* with Preformed Fiberglass Insert (10' -15' in Depth), t �© complete in place per EA , D -16 4' Dia. Manhole Restoration AR with Preformed Fiberglass Insert (Greater than 15' in d C� 3L 5' Depth) , camnpl. in place per EA $ ► D -17 :40 Remove Additional Brick Corbel #F Depth (4'-81 in Depth) , tie_' 2 -� complete in place per VF ' $ D -18 40 Remove Additional Brick Corbel VF Depth (8' -10' in Depth), '12 Zj 250. complete in place per VF $ i Proposal Form Page 11 of 30 ADDENDUM NO.3 A*wlunent No. 8 Page I I of 30 ORDAMMY 11WP USIX S=VIQ am RABID =MW LIm A=Unjunoll BJ�gs BID - ARM D I II 8333 IV IT.� IT MSCRIPTTCW UNIT PRIG D -19 1 1 EA D -20 I 1 EA D -21 I 1 EA D -22 I 1 EA D -23 110 EA D -24 I 1 EA D -25 I 1 EA D -26 120 LF D -27 14 EA D -2s I 80 LF Rehab of Drop Connection (01_ 6' in Depth), lace er complete in FA Rehab of Dr °p Connection (6#- 10' in De lace peril h)' complete in Rehab of Drop Connection (10'- 15' in Depth), complete in Place per EA Rehab of Drop Connection (Greater than 15' in Depth), complete in place per EA Internal Obstruction Removal, Gcunplete in place per EA New 4' Pia. Fiberglass Manhole (0' -6� Place in Dept Per EA h), complete in LennthRepair „(Up to 10' -0^ in g ) of 8 VCP Sewer Pipe ,per Depth), Place complete in 3, Oeb Extra Length (over lo--. Length) for 0 in Point Re VCP Sewer Pipe (0,pai r of g^ _6 LF Complete Complete in place Per Point Repair Length) to 10' -0” in of g „(� (6, -10� VCP Sewer Pipe in Depth), ply Per EA complete in Fattra Length (Over 10 , -0„ Length) for in Point Repair of g^ VCP Sewer Pipe (61-101 i Depth) , complete in place per 2 Proposal Form Page 12 of 30 3 Sao. �. 0.6T E 1 V BID ITZK ZXTWTSICK 00 $ �t 60 a . 0! � s Oft, o $_ 3 f oal . 4+8 a 00 s_ ! Z, f oo . 00 Zi60V . �% ADDENDUM NO.3 Aftachment No. 8 Page 12 of 30 H1tQ lO1Y 1111TP EJ18IN SERVICE AM& ssx=1 LINE F42MMILITATICK REBID Bh= BID — AREA D I II III IV V BID QTY 6 ITEM ' UNIT DEBCRIPTICK MIT PRICE BID ITEM EXTXMION D -29 760 Repair 1 -1/2" HMAC Pavement SY and 12" Flexible Base, complete in IOQ +t ( 'itD place per SY $ D -30 1,530 OF Repair Concrete Sidewalk � complete in 01 ) �© S place per SF $ D -31 380 Repair Concrete Curb and LF Gutter, complete in place per LF $ D -32 370 SY Sod Restoration, complete in SY 04 t Lk 45 i place per $ 1 D -33 1 LS Traffic Control, complete in LS ' f� `T ©0 `i place per j I�Q $ D -34 3,600 LF Trench Safety, complete in LF Q �✓ place per $ D -35 60 CY Disposal of Contaminated Soil, �j� O© 0- � �� 0�• �� complete in place per CY $ 0 D -36 1 Fence Restoration Allowance LS (Mandatory Alloranam), Complete in place per LS 1,000.00 $1,000.00 D -37 Unanticipated Utility 16S Allowance (Mandatory Allowance), complete in place per LS 6,000.00 $6,000.00 D -38 1 Unanticipated Point Repair bS Allowance (Mandatory Allowance), complete in place er LS 31,000.00 $31,000.00 TOTAL BABE HID -AREA D $ ✓�� - 0O (Bid Items D -1 thru D -38) POTS: The ve unit prices Must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to c r thto finished work of the several kinds called for and the Owner reserves the right to increase or decr" a the quantity of any bid item. The above quantities are approximate and may vary from the final quan" ties. @o not order material based on these approximate quantities. [J Proposal Form Page 13 of 30 ADDEMUM NO.3 Attachmew No. 3 PaW 13 of 30 BROMWAY MMP MSN SnVICZ AMM 8ZMMR LINZ RZXRBILITATIOK RZBrD BASZ BID - ARK& L I II III IV V I BID QTY a IT= UNIT MOCRIPTION UNIT PRICZ DID ITME ZZMSIOK L-1 . 420 AF ........ Line L-1: Remove 8" VCP Sewer Pipe by open cut (6'_10' in Depth) and Replace With a* SDR 26 PVC Pipe, complete in place per LF e— 00 V; 0 L-2 2150 Line L-3: Remove a" vcp Sewer Pipe by open cut (01-61 in Depth) and Replace With an SDR 26r Pipe, complete in place per VC PVC L-3 400 10 Line L-6: Remove 10" VCP Sewer Pipe by open cut (10'-151 in Depth) and Replace With 10- SDR 26 PVC Pipe, Place ver LF complete in Cal L-4 4 ► Install SDR26 Service Laterals (with Cleanout) on Sewer Pipe (01-61 in Depth) up to 251, complete in Place per EA L-5 jo Extra Length (Over 251-0" in Length) for Service Lateral (01-61 in Depth) , complete in ,place per LF L-6 2# Install SDR26 Service Laterals (with Cleanaut) on Sewer Pipe (61-10, in Depth) up to 251, complete in place per EA L-7 1*0 L9' Extra Length (Over 251-0- in Length) for service Lateral (6' -101 in Depth), complete in lace per LF all $ L-8 20 E% Install SDR26 Service Laterals (with Clean=it) on Sewer Pipe (101-151 in Depth) up to 251, in place per RA lot 6 ti0 . Proposal Form Page 14 of 30 ADDENDUM NO. 3 Athwhmeft No. g Pap 14 of 30 SRO WAY 1i1PPP BASIN S18RVIC! AR=A S= R LIM it=BABILITATION R ID BASZ BID - ARRA L I II III IV v sxa QTY � IDID ` t7lY DRSCRIPTION MWIT PRICE BID IT= ]==SXON L -9 150 Extra Length (Over 25' -0" in LF Length) for Service Laterals , (101 -15, in Depth), complete Z. ' in place per LF 7 $ L -10 5 Install Cleanout Boot (only), -a �0 EA complete in place per EA $ L -11 2 41 Dia. Manhole Restoration EA with Preformed Fiberglass �` Insert (6' -10' in Depth), '� t 4 ��' �� complete in place per EA $ L -12 1 41 Dia. Manhole Restoration EA with Preformed Fiberglass Insert (10' -15' in Depth),. t 3: ("lDt� 2 tall "l► �� complete in place per EA $ L -13 20 Remove Additional Brick Corbel VF Depth (41-81 in Depth) , [s complete in place per VF $ L -14 20 VF Remove Additional Brick Corbel Depth (8' in -10, Depth), complete in place per VF $ L -15 1 Rehab of Drop Connection (01- in ,� �" EA 61 Depth) , complete in l e �eO ?I too lace per EA $ L -16 1 EA Rehab of Drop Connection (61- 10' in G Depth), complete in 3 5-0',0; O G" � place per EA L -17 I Rehab of Drop Connection (10'- EA 151 in Depth), complete in '� place per EA $ ADDENDUM NO. 3 � Attachsle d No. 8 Page 15 of 30 Proposal Form Page 15 of 30 NROAMAT NNTP ]BIN SSRVICS ARIA 8SNSR LINT RSBABILITATION REBID BASS BID - AREA L I ZI III IV V BID IT= OTY a MUT DZSCRIPTION MTIT PRIC3 DID IT= EV=WION L -18 10 Internal Obstruction Removal, �W. CFO � rz©a ' $A complete in place per EA $ 1 - L -19 1 Line L -2: Point Repair (Up to *A 10' -0" in Length) of 12" VCP Sewer Pipe (101-151 in Depth) , t Z, ` complete in place per EA $ L -20 310 Line L -2: Extra Length (Over t+F 10' -0" in Length) for Point Repair of 12" VCP Sewer Pipe OO (101-151 in Depth) , complete / in place per LF $ L -21 3. Line L -4: Point Repair (Up to 11A 10' -0" in Length) of 8" VCP Sewer Pipe (61 -10' in Depth), complete in place per EA $ L -22 !0 Line L -4: Extra Length (Over t+F 10' -0" in Length) for Point Repair of 8" VCP Sewer Pipe Gt© (6' -10' in Depth), complete in place per LF $ L -23 3. Line L -5: Point Repair (Up to *A 10' -0" in Length) of 8" VCP Sewer Pipe (10' -15' in Depth) , , �� 1 -FOOD_ $ 00 complete in place per EA L -24 *0 Line L -5: Extra Length (Over -F 10' -0" in Length) for Point Repair of 8" VCP Sewer Pipe in Depth), 00 TS-1 �O (10' -15, complete 1 000, in place per LF $ t L -25 450 Repair 1 -1/2" F1MAC Pavement BY and 12" Flexible Base, complete in place per SY $ L -26 200 Repair Concrete Sidewalk, ZaQ ' SF complete in place per SF $ r Proposal Form Page 16 of 30 ADDENDUM NO.3 Atta JuW t No. 8 Page 16 of 30 BROKAY WWTP BASIN SERVIC8 AREA SENER LINE RZZABILITATION REBID BASE BID - AREA L I II III IV V BID Q DSSCRIPTI0IT MIIT PRICE BID ITEIM EETENSI0N ITZK DWIT L -27 50 Repair Concrete Curb & Gutter, �-► 0� LF complete in place per LF — $ L -28 50 Sod Restoration, complete in f BCC SY place per SY �, "[ $ L -29 1 Traffic Control, complete in ,� j Z i 60c), CC ® �� ` LS place per LS ` $ L -30 1,020 Trench Safety, complete in �� LF place per LF $ L -31 20 Disposal of Contaminated Soil, 10 0O� CY complete in place per CY ' $ L -32 1 Fence Restoration Allowance LS ( mandatoxy Allowance) , complete in place per IS 11000.00 $1,000.00 L -33 1 Unanticipated utility LS Allowance (Mandatory Allowance), complete in place r LS 51000.00 $5,000.00 L -34 1 Unanticipated Point Repair LS Allowance (Mandatory Allowance), complete in place r 10,000.00 $10,008.00 TOTAL USE BID -AREA L $ 1 (Bid Items L -1 thru L -34) DOTS; Tho above ystit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the owner reserves the right to increase or degrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not order saterial based on these approximate quantities. ADDENDUM NO.3 Proposal Form AUwhment Non 8 Page 17 of 30 Page 17 of 30 MW D"nl SSRVICR ARM SSNB$A LINE REHABILITATION RAID ADDITIVE ALTIIt►TIVE 180. 1 I II III IV V SID Y i r1MK UNIT Ds8CRIPTIOK UNIT PRIG BID ITEM! ZJ=WICN AA1 -1 75 Remove Additional Protruding FA Services Citywide, complete in V ���� ' !!f� 3'���iC�. place per EA $ AAl -2 1 Traffic Control, complete in AQ Za OQ LS place per LS �Valo• TOTAL ADDITIVE ALTZRNATE no. 1 $ (57 (Bid Items AAl -1 thru AA1 -2) NOTE: The above upit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to r the finished work of the several kinds called for and the Owner reserves the right to increase or decr4ise =t quantity of say bid item. The above quantities are approximate and may vary from the final quan ties. Do not order meterial based on these approximate quantities. Proposal Form Page 18 of 30 ADDIIIDUM NO.3 AttaShment No. 8 Page 19 of 30 ? W" BILSIN SZRVICZ AMA SZIMR LINT NUMBILITATICN R XD ADD3CWnM /DIDVCTIVS AL' ZMU&TM NO. 2 I II ZII IV V SID ITS[ QTY i DZSCRIPTICH UKIT PRIM BID ITZM EZ =8ION MIT A /DA2 -1 158 Install Service Laterals EA (with Cleanout) by CIPP (01- r 8' in Depth) up to 25', L4 12!G-- 414 (P G jO complete in place per EA A /DA2 -2 1,060 Extra Length (Over 25' -0" in LF Length) for Service Laterals Q0 Chd Installed by CIPP (0' -8' in �'Z` (,f D0, , lete in lace IF $ A /DA2 -3 22 Install Service Laterals EA (with Cleanout) by CIPP (81- 16' in Depth) up to 251, 00 ( ` �� complete in lace per EA '� $ > A /DA2 -4 140 Extra Length (Over 25' -0" in LF Length) for Service Laterals Installed by CIPP (8' -16' in , t� e� ► (�'ZU Ci Depth), coWlete in place per LF $ A /DA2 -5 7 Install Service Laterals EA (with Cleanout) by CIPP (Greater than 16' in Depth) 0 T�� t f Z `1 ► up to 25' , c $ A /DA2 -6 60 Extra Length (Over 25' -0" in LF Length) for Service Laterals Installed by CIPP (Greater O� i than 16' in Depth), complete L in place per LF $ r A /DA2 -7 158 Deduct Installation of SDR26 EA Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (0' -8' in Depth) up to 251, complete 0 0 rs in place per EA A /DA2 -8 1,060 Deduct Extra Length (Over LF 25' -0" in Length) for Service Laterals(0' -8' in Depth), ��' 0�' complete in place per LF ($ ► ) A /DA2 -9 22 Deduct Installation of SDR26 EA Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (8' -16' in Depth) up to 251, complete in place per EA IFEVOMI Proposal Form ADD8NDUM NO. 3 Page 19 of 30 Attahtnent No. 8 Pare 19 of 30 ►Y WWM DMIN SENi1ICa AR&A SliS;R LINT REHABILITATION R ID AmrvM 1t Tvn s T -wmw u me, I II III IV V DID BID QTY a DI�I? DSSCRIPTION UKIT PRIG BID ITZK JOCTZMION A /DA2 -10 140 Deduct Extra Length (Over LF 25' -0" in Length) for Service Laterals (8' -16' in Depth), qL;i >� 0' complete in lace r LF ($ t , L4tO- ) A /DA2 -11 7 Deduct Installation of SDR26 EA Service Laterals (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (Greater than 16' in Depth) /� �q) up to 251, complete in place 1 ) per EA A /DA2 -12 60 Deduct Extra Length (Over LF 25' -0" in Length) for Service Laterals (Greater than 16' in V Depth), complete in place per IF ($ [A/DA2-13 83 Internal Obstruction Removal, (iQ� co- '41 EA complete in place per EA (s ) A/DA2-14 1,530 Deduct Repair of 1 -1/2" HMAC SY Pavement and 12" Flexible Base, complete in place per �3� ($_ �S j���0•� ) SY A /DA2 -15 3,320 Deduct Repair of Concrete SF Sidewalk, complete in place r SF A /DA2 -16 750 LF Deduct Repair of Concrete Curb & Gutter, complete in place ` �• 1 ($__ j ,Z Q, Lo ) per IF A /DA2 -17 640 SY Deduct Sod Restoration, complete in place per SY� A /DA2 -18 5,950 LF Deduct Trench Safety, complete in LF l / (Sj l0(3. °� place per ) TOTAL ADDITM /D3D=T1W AL23MOM NO. 4 $ 1 tif' V (Bid Items A /DA2 -1 thru A /DA2 -18) NOTE: The ve unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to c r thr finished work of the several kinds called for and the Owner reserves the right to increase or deer a the quantity of any bid item. The above quantities are approximate and may vary from the final quant_ ties. Up not order material based on these approximate quantities. Proposal Form Page 20 of 30 ADDENDUM NO.3 Attachment No. 8 Page 20 of 30 BPAUNDOW 11NTp MWIN 82WnC! ARIA MI LIRE RJ01ABILITAT1CW R=ID ADDITXW ALTI=TnM NO. 3 I II III IV V BID QTY i ITZM UNIT DRSCRIPTIOIT UNIT PRICE BID ITEM EXTENSION AA3 -1 1 Point Repair for Line C88 (Up LA to 10' -0" in Length) of 15" VCP Sewer Pipe (14' in Depth), in (14 tI j �'c Qo0. �t complete place per EA ,00e $ AA3 -2 20 Extra Length for Line C88 LF (Over 10' -0" in Length) for Point Repair of 15" VCP Sewer 00 ad Pipe (14' in Depth), complete in place per LF $ AA3 -3 I Point Repair for Line C89 (Up LA to 10' -0" in Length) of 15" VCP Sewer Pipe (15' in Depth) , ('('�Q• complete in place per EA $ AA3 -9 20 Extra Length for Line C89 16F (Over 10' -0" in Length) for Point Repair of 15" VCP Sewer Pipe (15' in Depth), complete C in place per LF $ AA3 -5 1 Point Repair for Line C90 (Up BA to 10' -0" in Length) of 15" cc VCP Sewer Pipe (13' in Depth), Zc complete in place per EA $ AA3 -6 20 Extra Length for Line C90 IMF (Over 10' -0" in Length) for Pit V Pipe (13" in Depth), od complete in ` �� ©� place per LF $ AA3 -7 1 Point Repair for Line C91 (Up Ok to 10' -0" in Length) of 15" VCP Sewer Pipe (13' in Depth), complete in ( Z L)06 . Z place per EA $ , AA3 -8 20 Extra Length for Line C91 LF (Over 10' -0" in Length) for Point Repair of 15" VCP Sewer O / d10 Pipe (13' in Depth), complete 2� " 5 in place per LF $ Proposal Form Page 21 of 30 ADDENDUM NO.3 Attadroent No. 8 Pale 21 of 30 �? lIN'rp Man' 8EWI(Z AMM g W Lnm REBASILITATI08T RMID ADDITZ" ALTZVMTI" NO. 3 I II III IV v BID QVY i ITEM VVIT DESCRIPTION UNIT PRICE BID ITEM EXTENSION AA3 -9 1 180 R Repair 1 -1/2" HMAC Pavement SY a and 12" Flexible Base, complete i � $ d in place per SY � $ � d AA3 -10 1 1 T Traffic Control, complete in © ©' place per LS 0 00b. ; $ r D4c., . .- AA3-11 1 100 T Trench Safe* p LF place per LF y, complete in $ TOTAL ADDITIVE ALTEFaUM NO. 3 $ �� r 1� ` (Bid Items AA3 -1 thru AA3 -11) NOTE: The abode unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to coves the finished work of the several kinds called for and the removal' reserves the right to increase or decreaSo the tmantity of any bid item. The above quantities. Do not order material based on quantities are approximate and may vary from the final these approximate quantities. Proposal Form Page 22 of 30 ADDENMM NO.3 Attachment No. 8 Pftc 22 of 30 t+0iii i►T wN'1'p 1"ni 3ZR1i=CE ABA► iR LIM RZW BILITMIOK RZBID DEDQCTIW ALT%VMITIVB no. 1 I II III IV V HID rTZK MT t7E8CRIPTZaN [HTIT PRIG BID ZTII4 S7[TZ1iSZ01t DAl -1 22 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating (01-6' in �� Depth) , complete in ' 4Uls place per EA $ DA1 -2 17 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating placeper Depth), complete in lace 4i4m $ i DA1 -3 3 4' Dia. Manhole Restoration Eli with Cement and Epoxy Coating (10' -15' in Depth), complete in EA q ��,�,� 2�'�QQ C� place per r $ DA1 -4 2 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating vQ (Greater than 15' in Depth), complete in O 5 �� Ud dI place per EA 1 $ DA1 -5 22 Deduct 4' Dia. Manhole EA Restoration with Preformed Fiberglass Insert (0' -6' in DDeepth) , complete in place per ��ZtX1:� a J DAl -6 17 Deduct 4' Dia. Manhole EA Restoration with Preformed Fiberglass Insert (6' -10' in Depth), complete in place per `' CQ a DAl -7 3 Deduct 4' Dia. Manhole EA Restoration with Preformed Fiberglass Insert (10' -15' in Depth), complete in place per EA f �OQ� t ($_ DAl -8 2 Deduct 4' Dia. Manhole EA Restoration with Preformed Fiberglass Insert (Greater than 15' in Depth), complete in place EA �sZ�� Lie 34�. / per ($ ) Proposal Form Page 23 of 30 ADDENDUM NO.3 Attaciment No. a Page 23 of 30 Oa1i1N i►Y WTP F&SX N SXRVICE Ait=h SSA LnM FEHEBILITATION RRSID DEDUCTIVE ALT FMMnM X10. 1 I II IZI N V BID r�'7i z I131D �7IT DS$CRIPTION UNIT PRICS BID ITStd SXTSNSICK DA1 -9 40 Deduct Removal of Additional V8 Brick Corbel Depth (4' -8' in Depth), complete in !� place per 1 Or 0 ($ } DAl -10 30 Deduct Removal of Additional VF Brick Corbel Depth (8' -10' in Depth), complete in place per VF Z ($� } TOTAL DSD<7CTIVS AL'1ZFAU Yi no. 1 $ �✓�� �iQii (Bid Items DAl -1 thru DAl -10) NOTE: The abdkvp unit prices must include all labor, materials, bailing, resKyval, overhead, profit, insurance, etc., to cavir the finished work of the several kinds called for and the Owner reserves the right to increase or decres6e the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Ve not order material based on these approximate quantities. Proposal Form Page 24 of 30 ADDENDUM NO 3 Atgchment No!. 8 Pte 24 of 30 BID SUNKRRY Base bid listed in the following summary shall match those totaled on the preceding pages. If there is a discrepancy, the totaled bids on the preceding pages shall govern over those listed below. Base Sid ' Area A - (Bid Items A -1 - A -31) Area B - (Bid Items B -1 - B -33) Area D - (Bid Items D -1 - D -38) Area L - (Bid Items L -1 - L -34) TOTAL RUO BID (Area A + B + D + L) Additive Alternate No. 1 (Bid Items AA1 -1 - AA1 -2) Additive /eductive (Bid I Additive Al -1 - AA-3-11 ve Alternate No. 1 (Bid Items DAi -1 - DA1 -10) $ qQ 113 3� $ Ulm Proposal Form Page 25 of 30 W-0— jJ I & 0,:7 TS;-'C'i $ t'� O�C�•°% ADD194DUM NO.3 Amt No. I Pale 25 of 30 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. 1MLnority/ltiaority Hnsiness saterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be perforibed and its dollar value for bid evaluation purpose. fiber of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. TIMS of Cosopletion : To minimize inconvenience to the general public and to minimize their exposu*e to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each phase shown below. The project has been divided into phases. The contractor is required to complete each phase before proceeding to any other phase. At any one time, except as noted above, the contractor will not be allowed to start or work concurrently in more than two phases. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $200.00 per calendar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. B ast 49 ps ieat is Wtiated bbr the notice t0 proceed. The wotking time for completion of the entire Project will be 260 The project has been divided into phases. The contractor is required to complete each phase before proceeding to any other phase. At any one time, *cept as noted above, the contractor will not be allowed to start or work concurrently in more than two phases. Time duration for constru tion is allocated for each phase and if the work in that phase is not con#lete as shown below, liquidated damages will be assessed for each day the work is delayed. ADDENDUM NO.3 Proposal Form Aeat No. 8 Page 26 of 30 Page 26 of 30 Each phase of the Project shall be completed within the number of calendar days allocated as describe in the following; Phase I - Area A 50 Calendar Days Phase 2I - Area B 60 Calendar Days Phase III - Area D 90 Calendar Days Phase rV - Area L 60 Calendar Days Days A410cation for Rain The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January February 3 Days 3 Days May 4 Days June September 7 Days March 2 Days 4 Days July 3 Days October November 4 Days 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 260 CalewdM Daps, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each item, as described above. After Contract Award and pre- construction meeting is held, the Contractor shall commence notice from the work within ten Director of (10) calendar days after receipt of Engineering Services written Engineer ") to proceed. or designee ( "City For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work YM zw_R PBX= or after such time period as extended pursuant to other provisions of this Contract, $20 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City froa the monthly pay estimate. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do sverything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requiretaents pertaining thereto, for the sum or sums above set forth. REVISED ADDENDUM NO.3 Proposal Form Attwhmcst No. 8 Page 27 of 30 Pafte27of30 Receipt of the following addenda is acknowledged (addenda number): #1, #2, #3 (SEAL - If Bidder is a Corporation) Respectfully submitted: Name: ==ULM UUMOOL LW By • �� ($i ) LARRY , _ VICE- PASM711 M Address: 4520 A. STATE MAD 37 (P.O. Box) (Street) IN 47452 -0 (City) (State) (Z p) Telephone: (8121 865 -3232 N07R: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000) ® ADDENDUM NO.3 Proposal Form Attu No.8 Page 28 of 30 Page 28 of 30 P E R F O R M A N C E BOND I0M ALL BY THESE PREMMTS . COt 'Y tom' NUS=S 5 TM ftnolcin nliaear, LLC of Cunt V dial hereinafter called "Principal ", and �� �, n ALW AL+ID` 001 yy corporation organized under the laws of the State of CONNECTICUT , and duly authorized to ac business in the State of 'texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of TWO KELLIM, MIMTY -SEVER T�SAND AM NO /100 ($2, 797 & 000100) DOLLARS, lax ul money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: TIM: CONDITION OF THIS OBLT -SMIGM IS SUcR THAT! Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 231D of JAXUAM , 20 01 , a copy of which is hereto attached and made a part hereof, for the construction of: BRQiAM Y TiiWR aASTM SZWICS A XX SZN6R LINE REBABILIMTION RBBID ROJBCT 10.7345 (TOTAL BASX BID: $2,797,000.00) TIONUUMitE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract document$, including any changes, extensions, or guaranties, and it the prinipal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year frost 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. PDT FOMMM, that if any legal action be filed on this bond, ve#tue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no chan , extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specific#tions, 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 tame, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 _11ys DC,rv-] 1R gI VOT) to _neet the requirements ul Article 5160, %Ieznon's Civi Statutes :)f Texas, and other applicable statutes of -he State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 1.19 -1, Vernon's Texas Insurance Code. IN WI =88 WMIRSOP, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 23rd day of JA MU , 20 07 . PRINCIPAL INLINER, LLC Bye LAiW PURIM. VICE- PRESIDENT (Print tame & Titer ATMST fi t j Secretary ALICIA HOPF (Print Warne) MAVILIMS CASUALTY ADD SEEtErY MANY n y �L- L� Attorney -in act Cheryl M. Toler ( Print Name) The ResIchont ant of the Surety in des CouaM., Texas, for delivery or notlee and service of process is: Agency: Reetch & Associates Coatect ,PdWeon: J, Michael Rhyne Addr*sn: 1718 Santg Fe Street CQr=_2risti, TX 78404 Pbone fir: (361)883-3803 (NOTE: Date er Performance Bond must not ne prior to date of contract)(Rev1sed 9102) Performance Bond Page 2 of 2 ,—..- .....- ­,,0. � ... __ _ CITY OF CORPUS CHRISTI DEPARTM TT OF ENGINKERiNG SERVICES P.O. BOX 9277 CORPUS OJRISTI, TEXAS 78459 -9277 RE: Certification of p01Wer of Attorney for Perrforma>ace and Payment Solids Broadway wwtp basin service area sewer line rehabilitation Project Name /No.:_ 7343 TRAVELERS CASUALTY AND SURETY COMPANY Surety Company : ep AMWAG 4 r— Gentleman. I, llard Sauer (name of pffioar of surety), hereby pert that the facsimile power of attorney submitted by (l M. Wer _. (Attorney- In-Fact) foz ?nl irpr (Comtx ox), a copy of rrhieh is attached to rhie certificate, is a true and co7rmot Copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. in the event of cancellation of this Power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. BOX 9277 corpus Christi, Texas 764 69 -9277 Sri $ned this 14th day of Febtti 20 07 7 Name Ricbard ker Tit l e : ACCOMt Emmtive, Officer 007 Sworn and subscribed to before me on this 14th day � Faruay , r JOSEPH R. AULBERT Not Public NOTARY S�bte of STATE OF TEXAS Commission Expires: > Zot� s+ :;,iy i;a mi'? Exp. 3 -17 -2007 (Revised W03) A.TTACHM NT I I OIL I P A Y M E N T B O N D STATE Of § :• • •-:�:• T• KHM ALL BY THESE PRESENTS: TWO _ jW"olda Lnlinere LLC of 9REM County, Indiana, hereinafter called "P r i nc ipa l" , and TRAYEI.BR`S CASUALTY AND SLAtS'i'Y CON _ANY OF AFRICA a corporation organized under the laws of the State of C7ONNEMCUT , 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, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work ,referred to in the attached contract, J��in the penal sum of TWO 001100 0 79 000 - 00) DOLLARS, lawful money of the United States, to be p:lid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE C01DITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 2 day qA�T, 2007, a copy of which is hereto attached and made a part hereof, for the construction o£: BROAMMY %i TP BASIN SXXVICE AREA SENM LINE RBBABII*JTATI0K REBID ROJOT NO. 7343 (TO2" DARK BID: $20797,000.00) Im VON, TWE FOm, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shad be void; otherwise to remain in full force and effect. P IDW r=THZR, 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 entice of any such change, extension of time, alteration cr addition to the terms of the contract, or to the work to be performed thereunder Payment Bond Page 1 of 2 This bond is give;', to meet the requirements of ,Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas_ T: ,ie terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agents hereby designated by the Surety herein as the Agent Resident In Nueces County to whom any ,requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. = 4 F, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 23rd da y of + J IUARr , 20 07 PRINCIPAL REYNOLDS INLINER, LLC LARRY PURLEE VICE- PRESIDENT (Print Name & Title) ATTEST Secrstarry ALICIA BOPF t Fxa.nt Name ) Attorney -in- fact Cheryl M. Toler (Print Name) Realavot went of tbgq Q12rat3s in des comty. _, for deliv,exg eve notice and service of process is: Aggenq r: Keetch & Associates Can taw t Poorrsan : J . Michael Rhyne Addtaws : 17M Santa Fe Street CogXw Christi, Tx 78404 Plzoa Nix : __. _ (361)883 -3803 (NOTE: Date of Paymant Boad must not be prior to date of contract) (Revised 9/02) payment Bond ?age 2 of 2 BOND NO.: 104848938 CITY OF CORPUB CHRISTI BOND NO.: 104848938 DEPART MOT OF ENGiNRERINQ suwcmS P.O. BOX 9277 CORPUS WRISTI, TEXAS 711469 -9277 RN. Ct,ification of Poster of Attorney for PerforCa and Payment Bonds Broadway wwtp basin service area sewer line rehabilitation Project Name/No .: 7343 Surety Company! TRAVELERS CASUALTY AND SURETY comPANY Ur' PAq15kUU.A Centlemet: rti_t y. that the facsimile power M. 1bler (name of 2991cer 2991c of surety) , of attorney submitted by (Attotmey -ln -Fact) f oar ids JnUxEr, L C (Contractor), a copy of which is attacked to this certificate, is a true and corr*ct oopy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full farce and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this Power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within.seven (7) days thereof at the following address: City of Corpus Christi. Department of Engineering Services Attu: Contract A,dMinistrator P.O. Box 927; CoWus Christi, Texas 76469 -9277 Sighed this 14th day of _ 1 ' 2007 Name : Richard Sa ier Title: sworn and subscribed to before me on this 1_ 4tth 20 07_. -� JOSEPH R AULBERT NOTARY PUBLIC STATE OF TEXAS F i "I' ;'(,nom. Exp 3.17 -2007 (Revised VIM daLV of FebnwY , Lary Public ,mate of My Cammisssion Expires: ATTAC EMMNT 1 1 OF 1 :i''r ^ ORNF" IR' ^1VA -HI WITHOII THE RED BORDER 4 ST PAUL V0�8 ER OF .ATTORNEY TRAVELERS Farmington ( asualty Com rang St. Paul Guardian Insurance Company Fidelity and Guaranty Insw ance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insu, ante Friderwriters, Inc. ' Tavelers Casualty and Surety Company seaboard Surer b Compaur Travelers Casualty and Surety Company of America M Paul Fire awl Marine Ir,urante ( ompany l Inited States Fidelity and Guaranty Company lttorney -in Fact No. 214761 Certificate No. 001049794 KNOW ALL MEN $Y rtiESE PRESENTS Tli, Seaboard 1, .,er , ; mpan} is a c,,rportnon duly organized under the taws of the State of New York, that St. Paul wire and Marinc Insurance i ompam. Si Paul Guai tian In,uran, CompnnU and St. Paul Mercury Insurance Company are corporations duly organized under the laws ,f the Mats of Minnesol- that Farnington t JuU W Conipam C asualty and Surer- Company. and Travelers Casualty and Surety Company of America are _ orporations duI4 organt,ec under the law. -f the ' -late X11 1- ow . ; tumi, that United State, Fidelity and Guaranty Company is a corporation duly organized under the aws .,t the State of Mari laird, that Fr(iclny and ( in, ant% In,wa,�:_ tr C,=tnpany is a corporation duly organized under the taws of the State of Iowa, and that Fidelity and 'Juaranty Insurance Unki nm riters, int s, a torporaton dill', )rr_� rzed gilder the law, )I the State of Wisconsin (herein collectively called the "Companies "), and that he Conpaures do hereh, stake, cO ,titnR' nwd app, lit Joshua C Betz, Lists Busker, Robert Gavos, David S.J. Wightman, Florence McClellan, Dana Curtis: Carne Brooks, Misty Koslosky, Sarah Heineman, Robert J Russo, Joeeph R. Aulbert.. Dora Lee. Cheryl M. Toler, Richard W. Sauer, and Michelle P. Alvarado A the Citv of _ tt �u,u ��I their true and lawful Attomey(s) -in -Fact, - — - -- @XaS - -- - - - -- - each in their separate Opacity if more than one is named above. ; sign. csecute. seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obiigapr� in the nature thereof on hehalf of the ,_ ampanres in their busutess of guaranteeing the fidelity of persons, guaranteeing the performance of .contracts and executing of guaranteeing honds and ;undertakings �quired -n periQi(i t,n ate+ Ions ol,IRttceedings allowed by law. IN WITNESS WRFEOE the Companies ha4c this inrirystF to'be sneAand tk3cprsorate seals to be hereto affixed, this 27th Aav of July 006 Farmington Casualty (- 'omtpA4 t St. Paul Guardian Insurance Company Fidelity and Guaranty hsnrak" Pvhkp� St. Paul Mercury Insurance Company Fidelity and Guaranty Insuiayt'ICe"linderwttters, Inc. Travelers Casualty and Surety Company Seaboard Suret.N Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company l nited States Fidelity and Guaranty Company G,6U� �` 9t1P£ty f,RE 64 ��,M S J '. . M8Uq 't�ApQ 4 J ,vim 116Y d . 1. �QR � �A�w_:E ! �a o.•.., . ?aa � as stated Connecticw ln' ri Hartford >, r; orge W ompson, Sen r Vic President in this fire 27th daN .,t JU1y 200 §efoic me personally appeared George W. Thompson, who acknowledged himself he tire Scntor Vite Prc,ident of Fanwngiun Ca,r,alty C„mpar, Fidcht'- and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., 'seaboard Surety Company.. tit. Paui Fire and Marne,, htsnrancc mrpam:. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers asuatt} and Surer Company, Tra.elcr, Ca,ualr , rd Stucr. ( tupam ;:I America, ,nd United States Fidelity and Guaranty Company, and that he, as such, being tuthorired so to do. executed the forrr„im-, in,rrumcr for the purl ,es thci Lem contained by sit_ning on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I h, teuuto set in ji nd and t,r,cial ,eaL ``h Commission expires the i0th dal\ of lung 58440 -6 -06 Printed in I t S A. Marie C. Tetreault, Notary Public TRAVELERS fnsurance, fn- synch:- IMPORTANT NOTICE T(OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Tnivelers Indemnity Company, Standard Fire Insurance Company and/or I .armington Casualty Company for information or to make a complaint at: Travelers Bond Aun: Claims 15(.)0 Market Street vA est Tower. Suite 2900 Philadelphia, PA 19102 (267) 675 -3057 (20 7) 675 -3102 Fax You may contact the Tc °xas Department of Insurance to obtain the information on �2ornp Imes, ct)v crakes. rights or complaints at: I cxas Department of Insurance P.( ). Box 149104 Austin, TX 78714 -9104 (800) 252 -3439 \YI't'H TI IIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply v�Ah Section 2253 -021. Government Code. and Section 53.202, Property Code, effective September 1. 1-001. LL City of Ch*W Ordinance 17112, as amended, nxp*es sH persons or firms seeking to do business #* C to pro with City 6-0 information. Every question must be answered. If the question is not applicable, answer with "NA7. FIRM MAR*: anmLDs inimem, LLc STREET: 52o a. STAXE ROAD 37 CITY: ORLRANS, IN FIRM Is: 1. Corporation 2. Partnership OIW LDCIM LUBU=Y OaUWMCR Zip: 47452-OIM 3. Sole Owner 4. Association If muMMISIMP-ruisnecessary, plemse use the ruvwee sift of this POP or attach separate sheet 1. al�ie noMat each Of #W coy of Corpus Chdo hwvft an s9owevesolp jjvj@@gW ng roors or tft ownership In On above mated NOW. Name Job Tit* and City Depwimew (N known) Z. - 411" Of 3% or Oft" CWI 0MORPING CMW hwvft an -ownereW MbreW cora*Wng Nanme the noned annow. Job Title and City Department (if known) 3- =no BTof each "bqpd nmeber of a* Cay of Corpus CIMW hsv*� or WWI& of tk* ownereldp In to @bon "NOW. an nownenhip tra"bW Job Tide and City Department (it known) 4. Mp" oroxicerare *W me Cft W Fn �-c and Of CWIPUS CMW V*O WM*AW on MW home —610 "ownership cormAltuft 8% or nwn of "104 led "IbW. Name Job Tibe and City D"Ndmord (W known) Le. � aN Is hS and COMId Me of the date of this sbdwnm% that I hWq not "lly Oft I WN 0-10 f@qLMNOA'd; and #W N*pkmsnkM 0110190nents WN be Pwn* a6mbed to to My as dRarRgee occur. So"ture ofterw�ft Tide: Date: MTEMM 15, 2006 = MVMM ADDENDUM NO. 3 Proposal Form [:!Atuwhnmt No. s Page 29 of 30 Par PaS 24 of 30 • a. "Bo q�' A member of any board, Commission or committee appointed by the City Council of the City of Corpu Chris, Texas. b 'y person employed by the Cry of Corpus Christi, Texas, either on a full or part time basis, but not as c. *Firm*.,, Any - operaroed for eCOr►orNc spin. Whether pro�or�l. industrial or Commercial and whether w or dedvft a product or service, inducing but not lk god lo, e- We opsreied in the form of 9019 hip, as self npbrsd person, partri9rw*, corporation, joint shock �f�, Joint venture, Must and a left whrch, for purpo9es of taxation, are bVeled as non - profit organizations. d. Tho OW, of the Council Cily�A�r CiIY �aQer, Assi�nt City �Aarwpers, Ownt i Fleele and Mw�1 Court JudQss o the�Cof Ccxpuse Cheri, Texas. e Legal a inlen>st, whalhsr acluelly or constructively held, In a firm including when theoa h awagent, trust, ealMs or holding entlltl. 'Con held" retsrs b holding or control ��9 �, P or special loo, of ensure or parinersh agreements. f. " Arson or 6m, such as WVWWers and an�ects, hired by the City of Corpus Christi for the of pP l cons1bOOn and n mfirnende110n. ® ADDENDUM NO.3 Proposal Form AUwheent No. 9 Page 30 of 30 Page 30 of 30 DATE (MMIDD/YY) CERTIFICATE OF LIABILITY INSURANCE 05/01/2007 1 02/01/2007 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORRAqTION _ V� OCKTON COMPANIES, LLC -1 KANSAS :,'ITY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W. 47th $treet, Suite 900 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Kansas City loo 64112 -1906 ALTER (816) 960 -9000 INSURERS AFFORDING COVERAGE INSURED 1054252 REYNOLDS 1NLINER. LLC INSURER A: 4520 N. STAVE ROAD 37 INSURER B ORLEANS IN 47452 INRI IRFR n THE POLICIES OF INSIStANCE LSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, RM Olt CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INjURANCf AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POI IrIFA Ar.r.RFMA I MMTR Mdnmm WY 64AVC OcCM DCnI V`Cn MV MAIn n..0 e Y NUMBER LI G €NER/L LIABILITY EACH OCCURRENCE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY GL0913758 -00 05101/2006 05/01/200 FIRE DAMAGE one fire) S 500,000 '; X —_J CLAIMS MADE J OCCUR MED EXP An one n $ 10.000 1 PERSONAL d ADV INJURY $ 1.000,000 X CONTRACTURAL_ GENERAL AGGREGATE 2000000 GEN.L AGGREGATE LIMIT APPLIES PER 71 -� PRODUCTS - COMP /OP AGQ S 2,000.000 X POLICY LOC AUTOMOBILE LIABILITY —1 A X COMBINED SINGLE LIMIT $✓ 2,000,000 ' ANY AUTO BAP9137559-00 05/01/2006 05/01/2007 (Ea accident) ALL OWNED AUTOS ✓ BODILY INJURY $ XXXXXXX SCHEDULED AUTOS ---111 (Per Parson) X HIRED AUTOS I BODILY INJURY $ XXXXXXX X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ XXXXXXX OTHER THAN EA AC $ XXXXXXX — ANY AUTO NOT APPLICABLE $ XXXXXXX AUTO ONLY: AGG EXCESS LIABILITY _ EACH OCCURRENCE 1,000,000 AGGREGATE $ 1,000.000 B OCCUR L-1 CLAW MADE 3807886 -02 05/"01/2006 05/01/2007 $ � ® M DEDUCTIBLE FORM 1r XXXXXXX $ xxxxxxx .RETENTION - A WORKERS COMPENSIIIIIONAND WC9137560-00 05/01/2006 05/01/2007 X wC ATU- T A EMPLOYERS' LIABILITY / WC9137561- 00(WI) / 05/01/2006 05/01/2007 E. L. EACH ACCIDENT $ 1000000 E.L. DISEASE - EA EMPLOYEE $ 1.0m,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER i 4BCWP`RON OF OPERA OCAlleSIISNEWLES11MMUSIS11110 ADDED BY ENDORSEMENT411PECNL PROVMIONB RE: BROADWAY BASD( SERVICE AREA SEWER LINE REHABILITATION REBID, PROJECT NO. 7343. CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECM LIABUM COVERAGE, ONLY AS REQUIRED BY CONTRACT. IN I L wom CITY OF CORDS CHRISTI, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE E EIIPIRATION ENG DEPARTMENT�F ENCERING SERVICES RI DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 0 DAYS WRITTEN ATTN: CONTR CT ADWISTRATOR NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL P.O. BOX 9277 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CORPUS CHRISTI TX 78469 -9277 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE / %.Umu Ao-a ( /IS f) Fm ouuaeas nes,dWv Wo e nlrcn.. Contact the nu nbsr Iiasse In Hn 'PreOues/ s.etlse >me.. sne -P Cey Ms eesnt cods uYaN7 . D AC(iflb CORPORATION 1988 COMMERCIAL. GX03 AL LMXLITY THU MWORBS)KBET CHANOSB THE POLICY - PLEASE READ IT CURFULLY fAWrMNA L DISU tBD - OWNERS, i.B53' US OR CONTRACTORS (FORM E) TUB 644or 7C(MOCIn t modifies insurance provided under the following: G!ltBRAL LIAEILITY COVSRAM PART now of lMrsots or "Vaafsstiou t City of Camps cbristi Depsremme of suaimserias services ATnFs CCOVXaat AdM"ietrat or P.O. Box 9677 Coxp m Christi, Texas 72409 -9777 (41 no UNW appears abVm, information required to complete this eadoraemmut will be som in the Declerat:iam as applicablR to this endorsement.) is jp (segtian 11) is amended to include as an iaeured the person cc er g spa ahmm to tM schedule, but only with respect to liability arising out of MrfRR- for that iniiared by or far you. lid Ir4owedt Reynolds In4mr, LLC r Faicy VARbert GLO9137556 -00 >$ ective Date of Itis Rtidorsemsstt: 02/01/07 Ati horiseM Rspres*-AWJ A&*. 0 Ash (Priated) o Ron Lockion T*19 (lednted) : President -- _ C 20 10 11 85 ATTA,C1T 2 1 01 2 TX " KB V &WrHOML IInaml Th#s endwsement modifies insurance provided under the followings w+r the policy affective on the inception date of the i is indicated below, fors+ oftnt Sffectiv* Policy NUmber 02101/07 1// BAP9137559 -00 f d Insured Reynolds Wer, LLC 1 co„ntersiaeee by ve Tbo pzovWons and exclusions that apply to LIAMrri COVWJ�AB also apply to thine andrseaent . city of Corpus Christi Dept. of avineering Sexvices Attn, C=trart AdW"strator P.O. dons 9277 CozVM Christi, TX 78469 -9277 {Anter starve and Address of Additional Insured.) is on imWwed, but • only with respect to legal xesp"ibility for acts or om#Isione of a person for whoa Liability Coverage is afforded under this &MANAmm, insumed is not required to pay for any presiwns stated in the po ' oar earned frm the policy. Any xetu= premium and any dividend, if eebls, declared by us shall be paid to you You, are authorized to act for the additional insured in all matters per*ainisg to this insratrance . We will moil the add tioaal insured notice of any cancellation of this pol4cy. 19 the cancellation is by us, we will give ten days notice to the omd insased. The additSenal insured will retain any right of recovery as a claimaat under thij policy. son* T8 99 018 - A==ICNAL IXIMM p Texas dt=4*xd AmMoeeobile 8adcroment Prescribed. Waroh 18, 1992 ATTACEV9911VT 2 2 OF 2 COMMERCIAL GENERAL LIABILITTY THIS HWORSBHSNT CRAMS TMRE POLICY - PLRMN READ IT CAREFULLY TEW CHAMBS - AidBNDbfMT OF CANCBZLATMN PROVIMONS OR COMAGE CHANGE T ,is eskdorsement modifies insurance provided under the following: ,� Q CIAL 0101RAL LIABILITY COVZRAGN PART LMMM L?ABIL 'Y CDVMA= PART J VM OOWRACTORS PftOTBCTIVB LIABILITY COVERAM PART V=J,=CK LIAULITY C0VSRAC3$ PAIN 9btX -M/ OPBRATIOUS LIABILITY COYBRAGN PART LOAD PROTPRCTIVX LIABILITY COVE PART 3:4 the ev=t of cancellation or material change that reduces or r4atricts the insua luwe afforded by. this Coverage Part, we agree to u4il ptior written notice of cancellation or material charm3e tot schedule 1. 1111im t SBE BELON 2. Aftress z SEE RZLOW 3. Mother of days advance notice: THxRTY (3 C ) City of corpus cbristi D"t - of Emgia wring services Aktn: Contract: Administrator P.C. Boot 9277 CDcpus Christi, TX 78469 -9277 N4*Led law 1 Reynolds Inliner, LLC Noicy Rta llbert GL09137558 -00 V E ect ve hate of 7W* Bndorsement : 02/01107 A*horised Representative: ^ j As**.# Ron Lockton Neste (Printed) Title (Pr(Printed) President C1*205 (11-85) A1TACffiIOM 3 1 OF 3 TB 82 02A C OR COMAGM CHMCM III inn IMMOM This endorsaaeat vodi.fiss insurance provided Mader the 9*11 mving e x=zx2 i AM CCMXBiM rank fib ppra� rwK ? CON!!Ut ram chm"es the policy effective ca the inception date of the policy rsemwot affective Policy number 901/07 a! BAP9137559 -00 V/ N#*d Tired Repaoids InkaRr, LLC Cmurtersigned by 210= ta,o1 days before this policy is emcelled or Mterially c�ed tart redacce or restrict c overage we will avail notion of the cancellation or aoyo to: (Rater Dame and ,address) City of corpus Christi Dept. of angiaseriag services Attn: 0ontract Administrator P.O. paac 9277 Corpwt Ckwisti, TX 79449 -9277 Autilbrissad Representative i / Natal (Pris#ed) : Ron Lockion Titer (Pari7lated) : President Y Ts IS 022, - e XCMWAU r PSOnUM OR WvMA= castes amoss>�r Texas gtmadard Auiamebl.ls Deea nwomaat Presaidlied X*Ve abear i, 1907 ATTAC REW 3 2 OF 3 WOMMUs MWOM M AID MOWTUN LIABIL=r Mommum Poblcx TSa[A9 MICR OF I4i TERIAL CIQJ, M $►+e�ri' IIC 42 06 Oi (Aid. 7- 24 ) This DdIOWBONAM aPplies on,1„y to tba insurance provided by the po11Cy because Texae is shown in item 9.A. of the II lozmation Page. i the e*nc 04 cancelation err other material cUM* of the policy, we will mail aditnoe notice t4i the rrsOn or crgmOizaticn nanad in the schedule. The number of days advance notice is shaWh in the schedule. This settrw shall not operate directly or indirectly to benefit anyone not =mad in the SchisOle. Schedule 1- NuMbet of days advance notices 30 2- Notiob will be mailed to-. Ci%v of Corpses C Wisti D**Wtmsnt of InOneerino Services / Attils Caatraet Administrator 1tJ P.O. Boas $277 Co3*" Cbristi, Tl 78469 -9277 Th# 9 chnalps the Policy to wgicb it is attaabed and is effective an the date is�ged ss 01hezwise stated. (The information below is required only whew this en6 is isoued subsegelent to preparation of the policy.) Bndozsemelr Bff Ctive 02/01/07--0/ Policy No- WC9137560 -00 dorsement No. Insured Ra$nolds Inlinsr, LLC insurance Zurich Anerican Insurance Co. HC 42 06 0h (sd. 7 -04) Countersigned By-. .,r► �/ Name (Printed) a Ron Loddon Title (Printed) : President ATTACM4MNT 3 3OF3 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 23RD day of JANUARY, 2007, by anti between *'-ie CITY DF CORPUS CHRISTI of the County of 17ueces State of Texas a,-ting through its duly authorized City Manager termed ir. the ontract Documents as "City," and Reynolds Inlijoer, LLC termed i;: the Contract Documents as "Contractor," upon these terms - erfor-nab 'Le in Nueces County, Texas: ;,.: consadera. or o° the payment of $2,797,000.00 by City and !Dther c-tbligations c,t dt,,i as set out herein, Contractor will onstruwt and comp; -ete '-ertain improvements described as follows: BROADWAY WWTP BASIN SERVICE AREA SEWER LINE REHABILITATION REBID ROJECT NO.7343 (TOTAL BASE BID: $2,797,000.00) according to the -ittach -d Plans and Specifications in a good and workmanlike manner for he prices and conditions set out in their attached bid proposai s- .1pptying at their expense such materials, services, labor arA insLrance as required by the attached Contract Documents, -includ ng oN;erseeing the entire job. The Contract Doc umez is ; !Ic i udc-- [h , s Agreement, the bid proposal and instru-tions plan: -, and sper_fications, including all maps, plats, blueprints, and other drawings. the Performance and Payment bonds, addend-;+ and related doctments all of which constitute the contract for th protect aid are made a part hereof. Agreement Page 1 of 2 B3kOADMY UNTP BASIN SERVICE AREA SENER LINE REHABILITATICK REBID BASE BID -• AREA A I II ZII IV V BID OM 6 ITZM UNIT DESCRIPTION UNIT PRICE BID ITEM EXTENSION A- = 2, 470 LF Rehab of 8'° VCP Sewer Pipe by CIPP (0' --8 in Depth), complete ✓ q 3 D az lace per LF $ t j , A -2 380 F Rehab of 8`° VCP Sewer Pipe by CIPP (8' -16' in Depth), zy ---Complete in place per LF v $ 14, Q to Q g A -3 190 LF" Rehab of 1 Y3" VCP .;ewer Pipe by CIPP (8' -16' in Depth), L bn complete in place per LF $ A -q ? 22 Install SDR26 Ser- ,.,*ice Laterals EP (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (01 -81 in Depth) up to 2t1, complete in 3 d0 0 0�� 00 ��r place per EA $ Q A_5 1.60 Extra length g (over 25-0" in LF length) for Service Laterals (0' - -•8' in Depth) i , complete in ( a0 00 lace per LF Install SDR26 Service Laterals l $ , — A -6 (with Cleanout) or Sewer Pipe Rehabilitated by C11-PP ;8' -16' in Depth) up to 25' , complete in lace EA Q � �� r Q D-4 300, er $ . A- 50 Extra Length (Ovei 25' -0" in LF Length) for Service Laterals (8' -16' in Depth) , complete in _,_•�_._i lace per LF Install Cleanout Boot ,,only), complete in place per EA A-8 �. - -- 5 ' EA do �8 $ A -9 4' Dia. Manhole Restoration EA with Preformed Fiberglass i Insert (0' -5' in Depth), complete in �1 ?.- ' Z-�C L( (P� O ©. CCU place per EA� $ A -10 E 2 4' Dia. Manhole Restoration EA with Preformed Fiberglass Insert ;'61-101 in :depth), 8,�� � LA j�T complete in place per EA __ $ tj Proposal Form Page 3 of 30 IREWSED� ADDENDUM NO.3 Attachment No. 8 Page 3 of 30 BWRDWAY M "P SASIN SERVICE AREA SEVER LINE MUMBILITATICK REBID SASS BID AREA A x II iII IV V BID 4 G ITEM TM DESCRIPTION UNIT PRICE BID ITEM EX'MNSION A -1 1 4" uia. Manhole Restoration EA. with Preformed Fiberglass Insert (10' to 15' in Depth) , 3 t!►E?�.CT' 7 0 O complete in lace per EA r S A-12 10 10 Remove Additional Brick Corbel VF Depth t4' -8' in Depth), Z d 6c" O -0 complete in lace per VF $ Z b O -- A -13 10 Remove Add tional Brick Corbel VF Depth (8'--,0' in Depth) , complete in place VF pd 2 V'� - � o 7-1 1 � rU- A °14 per $ i Rehab of Drop Connection (01- ER 6' in Depth), complete in place per EA �j�O�C O a� j� 06(4. S Rehab of Drop Connection (6'- EA 10' in Depth) , complete in �fj=, 06 .- Cv place per EA Rehab of Drop Connection (10'- A -16 a EA 15' in Depth), complete in j vd UU 0(V lace per EA Internal Obstruction Removal, r $ 8 d A -17 10 tlL, EA complete in place per EA $ S v� A -18 New 4' Dia- Fiberglass Manhole EA T (10-'-15' it Depth,,, complete in place per EA `r' $ A-19 Point Repair (Up t :; IC'' in EA Length) of 10" VCP sewer pipe (10' -15' in Depth`,_ at MH 14019A, in 1 �` compl . place per EA $ A -20 1 20 Extra lengtn (Over 10 " -0" in LF Length) for point repair of 10" o G O� VCP sewer pipe (10'--151 in 5 . Depth), compl. in place per LF $ 1 i Locate Manhole 501`: and Open, Cie) � iJ ' O t EA complete in place per FA �� $ S'vo WISED Proposal Form �Iaqe 4 of 30 ADDENDUM NO.3 Attachment No. 8 Page 4 of 30 BROADMY W'WTP BASIN SERVICE AREA SZNZR LINE RZEMBILITATICK REBID BASE BID - AREA A I II III IV V 131D Qrf r- ITZX UKIT DZSCRIPTION UNIT PRICZ BID ITEM EXTENSION A-22 210 Repair 1— 211 HM(.: Pavement SY and 12" Flexible Base, lace _per $ _SY 0 C4 A-23 120 Repair Concrete Sidewalk, SF --Complete in lace er SF $ A-24 30 Repair Concrete Curb and LF Gutter, complete in place per LF $ 0 A-25 130 Sod Restoration, ompiete in SY lace per SY $ A-26 Traffic Contro, J., omplete in LS lace per LS A-271 940 Trench Safety, complete, in (P 00 LF-- �._place per LF 40. A-28 C F Disposai o, Contaminated Soil. Cy— Complete in place per CY $ �;-G (3 - A-29 : - Fence Restoration Allowance LS (Nkndatory Anowancm), complete in place per LS 1,000.00 $1,000.00 A-30 i Unanticipated Uti'ity LS Allowance (Mandatory Allowance), complete 41n place LS 7,000.00 $7,000.00 A-31 1 Unanticipated Point Repair LS Allowance (Mandatory Al Allowance) 1 r, 10mance), complete z place Ll p per LS 35,000.0o $35,000.00 TOTAL BASE 131D ARZA A $ � 9 I 330' 'Bi.d Items A-1 thru A-31) NOTE: The above unit prices must include al- Labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantitiGS Do not order material based op_these approximate quantities. EREW" I Proposal Form Page 5 of 30 ADDENDUM NO. 3 Attachment No. 9 Page 5 of 30 Y M"P BBSIN SRRVICE ARIA 3EIIZI LIM REHABILITATION R$BID BASE BID - ARZA B 1 II III IV V BID QTT ITZM UNIT DZSC11PTION UNIT PRICZ BID ITEM ZXTZNSICK B -i 1,080 Rehab of 8' VCP Sewer Pipe by LF LF CIPP (0'-8 in Depth), complete in place LF Ott 7 r e 0 (0' -8' in Depth), 7omplete in Q per lace per LF B -2 1, SOCK LF Rehab of 10" VCP Newer Pipe by EA (with Cleanout) on Sewer Pipe CIPP (0' -8' in Depth); ( 0 in Depth) up to 2F`, complete complete in Place per LF $)� B -:3 '750 Rehab of 12" VCP Sewer Pipe by LF Length) for Service Laterals LF CIPP (0' -8. in Depth), Z 3 place per LF complete in place per LF $ B -4 370 Rehab of 12" VCP Sewer Pipe by , j (; B -10 4' Dia. Manhole Restoration F�A LF CIPP W-16' in Depth), complete in r ' @` L 3' �+ t s-, _1 t%. Vj Page 6�of �30 place per LF $ r S_5 102 Install SDR26 Service Laterals EA (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (0' -8' in Depth) up to 241, complete p in w place per EA B -6 620 Extra Length (Over 25' - -0" in LF Length) for Service Laterals C (0' -8' in Depth), 7omplete in Q lace per LF B-7 9 Install SDR26 Servi.ce Laterals EA (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (8' -16' in Depth) up to 2F`, complete in place per EA B -g ? 50 Extra Length (Over 25' -C" in LF Length) for Service Laterals (8' -16' in Depth), complete in place per LF B -9 5 Install Cleanout Boot (only), EA complete in place per EA j (; B -10 4' Dia. Manhole Restoration F�A with Preformed Fiberglass Insert '0' -6' in Depth) , •Z�i@ complete in place per EA Proposal Form Page 6�of �30 $ 1p, 2 vo `s- $ 35 , coo W $ —0 C` Q $ ADDENDUM NO.3 Attachment No. 8 Page 6 of 30 BVAOrADMILY NNTP BASIN SURVICE ARIA SRi1aR LIM RZHABILITATIGN REBID BAS8 BID AREA B I IZ IZZ IV V BID 4slC t ITZX [NIT DRSCRIPTION UNIT PRICE BID ITEM ER'1'ENSION P -1 6 4' Dia. Manhole Restoration EA with Preformed Fiberglass Insert W-10' -10' in Depth) , complete in �! j �� rpm $ Z -Z ©© . place per EA - � H -12 i 4' Dia. Manhole Restoration EA with Preformed Fiberglass Insert (10' to 15' in Depth), Q41 complete in place per EA t � � d 0C, $ t 3.0(10 Remove Additional Brick Corbel E VF Depth (4' -8' in Depth), a 60, 2� Z 00 complete ir, place per VF . $ B--14 10 Remove Additional Brick Corbel VF = Depth (8' -10' in Depth), dl� Z�o 00 2, complete in place per VF $ 0 Rehab of Drop Connection (01- EA 6' in Depth) , complete in Cn+ 014 B -16 lace per EA Rehab �"� $, add of Drop Connection (6'- EA 10' in Depth), complete in 2 r Q© lace per EA Rehab of Drop Connection (101- 7.6� $ R -1' r I - _ EA _. 15' in Depth), complete in lace per EA CC' ad $ �eC" B -18 1G EA Internal Obstruction Removal, �� complete in lace er EA $ B" -19 Point Repair (Up "o 10' in EA Length) of 12" VCF Sewer Pipe (6' -10' in Depth). complete in lace per EA i B -20 2G Extra Length (Over 10 in LF Length) for Point Repair of 12" VCP Sewer Pipe (6' - -10' in Depth), complete p ace per i LF $ I REVISED Proposal Form Page 7 of 30 ADDENDUM NO.3 Attachnwnt No. 8 Page 7 of 30 BwOf7lDiliAY NNTP BASIN SERVICE AREA SEVER LINK PARABILITATION REBID BASE BID — AREA B T II III IV V BID OTT 6 ITSM UNIT DESCRIPTION UNIT PRICE BID ITEM 8XTMSION B- 21 1 Point Repa r ;:Up o in EA Length, of 12" VCP Sewer Pipe (10' -15' irs Depth =, complete ` ` in lac,. ewer EA _ 3 i L 0% 40 $ ��, Ct . -_ 4 (oO' C $ B-22 20, Extra Length (Over 10, in LF Length) for Point Repair of 12" VCP Sewer Pipe (10' -15' in Depth) , compl . in place per LF 1 1 Locate Manhole #1346- and Open, EA en, complete in place per EA ¢ 1, 160 Repair 1-1,2" HMAt.' Pavement SY and 12" Flexible Base, complete irt place per SY � 2,500 Repair Concrete Sidewalk SF complete ir; place per SF 530 Repair Concrete 0"rb and LF Gutter, compl. in place per LF B -2 ,, 0 �✓ f'�' C v $ B -24 j oo. �� $ B -25 00 b� B -26 pC �- $ B -2-1 300 Sod Restoration, complete in SY place per SY Tr Traffic Control, (.-)m lete in p LS place per 13 (L,�, �� $ B-28 28 � � Z 600- r S (e B -29 a f 2, 900 Trench Safety. y, complete in LF place per 'F UQ $ B-30 T60 Disposal of Contaminated Soil; C ; Y I complete In place per 'Y G'� tlC B - -31 Fence Restoration Allowance LS E (Mandatory Allowance) complete in lace P p per LS 1,000.00 $1,000.00 B -32 1 Unanticipated Utility LS Allowance (Mandatory Allowance), complete in place per LS 6,000.00 $6,000.00 rLoposal r -orm Page 8 of 30 ADDENDUM NO.3 Attachment No. 8 Page 8 of 30 B&OADN'Ly WWZP BASIN gZRVICZ ARICA SZMCR LINZ REHABILITATIOK REBID BASIC BID — AREA B I II IIi Iv v BID QVY ITEM UKIT DESCRIPTION UNIT PRIG BID ITEM EXTENSION 1-33 1 Unanticipated Point Repair LS Allowance (Mandatory A110Manon ), complete in place --Per LS 31,000.00 $31,000.00 TOTAL BASE HID-AREA B $ ;Bid Items B -1 thru B -33) NOTE. The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to covet the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not order material based on these approximate quantities. Proposal Form Page 9 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 9 of 30 30LORDWY WWP BASIN SERVICE AREA SZW= LINE REHABILITATION REBID BASE BID - AREA D I II III IV V BID QTY & ITEM UNIT DRSCRIPTION UNIT PRIM BID ITZK EXTENSION D-i 4 0 Rehab of d" VCP Sewer Pipe by LF CIPP �0' -fi' in Depth', I ZA C1 complete in place Rehab of 8" VCP Sewer Pipe by $ 3 0, D-2 460 LF CIPP (8' -16' in Depth), complete in place per LF $ D-3 290 LF Rehab of 0" VCP Sewer Pipe by [ CIPP (01-8" in Depth,,�, LI- complete in place per LF D-4 1 I 410 Rehab of 12" VCP Sewer Pipe y b I LF CIPP 8'-16' in Depth) , complete in I 50, dC; --------- - place per LF $ D -5 630 Rehab of el" VCP Sewer Pipe by LF CIPP (Greater than 16' in ct (3 DeptW', complete in place per 51�—, Z414 0. LF $ D -6 72 Install SDR26 Service Laterals EA (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (01-9► in Depth) up to 251, complete in 00 (Iso. (Poo. — place per EA $ D-7 530 Extra Length !Over 25-0" in LF Length) for Servi:-!e Lateral 01 (0'-8' in Depth), complete in LF place per $ D-8 I L Instal! SDR26 Service Laterals Is EA (with Cleanout) on Sewer Pipe Rehabilitated by CIPP (8-16' in Depth) up to 251, Complete q?- q 0 I In place per FA $ 9 80 Extra Length (Over 251-0" in I LF Length! ) for Servi::7e Lateral (8'-161 in Depth) complete in lace per $ Proposal Form Page 10 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 10 of 30 BWRDIaY WNTP BMIN SERVICE ARTA SZNXR LINE REHABILITATION REBID BAS$ BID - AREA D 2 II TII IV V BID QTT ITSH WIT DESCRIPTION UNIT PRICZ BID ITEM EXT=8I0TT 9 InstaI1 SDR26 Service Laterals EA (with Cleanout) on Sewer Pipe f Rehabilitated by " "IPP (Greater OCe than 161 in Depth up to 251, lete co in place per EA $ D -11 G Extra Length (Over 25-0" in LF Length) for Service Laterals (Greater than 16' in Depth), q y �' Q@ Z ��U complete in place Der LF $ , 1'-12 5 Install Cleanout Hoot (only), t e•� -4 EA� complete it place per EA 4' Dia. Manhole Restoration -J�� $ . D -13 6 EA with Preformed Fiberglass Insert (0' -6' in Depth), complete in place per EA OL teC $ `5'1 D--14 9 4' Dia. Manhoie Restoration EA with Preformed Fiberglass Insert (61- -10' in Depth), .7�60 7 N" 3 oc complete in place per EA 4' Dia. Manhole Restoration ' $ . D -15 ? EA = with Preformed Fiberglass Insert (10' -15' in Depth), complete in lace C*� � O� ©• � P p per EA c $ � 0 4n D``16 ; 2 4' Dia. Manhole Restoration EA with Preformed Fiberglass j Insert (Greater than 15' in Depth) , compl. in place per EA C� Z�� ' 1 t7�' $ 34A) 5-G - D-17 20 Remove Additional Brick Corbel. VF i Depth (4' -8' in Depth) , L�� Crtr' complete in place per VF Z N c $ jJ , L) u - D-18 ! 10 ; 'F Remove Addi • ional :crick Corbel Depth (8' 1 `' in Depth Z� t2 2 complete in place per VF $ IREVISFD� Proposal Form Page 11 of 30 ADDENDUM NO.3 Attachment No. 8 Page 11 of 30 BRAY WWZP BMIN SERVICE ]AREA SEVER LINE RZRABILITATICK REBID B1ASE BID - AREA D I 1 1 11 1 111 I IV V V BID O OTT & ITZM U UKIT D DESCRIPTION U UNIT PRICZ B BID ITEM ZXWNSICK D-19 1 1 1 1 I Rehab of Drop Connection 6 6421 $ D-20 1 1 R Rehab of Drop Connection (6'- ( $ 0 D-21 I I R Rehab of Drop Connection (101- D-22 1 1 R 00 aa� A D-23 I IC I Internal Obstruct:�,on Removal, $ Coo 1.' -24 1 1 1 N EA. ( (C-6' in Depth,, =-omplete in place per EA $ $ D-25 I I. P Point Repair (UP to 10`0" in D-26 2 VCP Sewer Pipe i0' -6' in C Cyll 5-oa 2 4 4 i 1-11-28 j 80 LF (6 -10, in Depth), complete in 1"em, • "1 00 place per EA $ Extra Length (Over 10'--C)" in Length) for Point Repair- of 81, VCP Sewer Pipe (61-10, in Depth), complete i-i place per LF --FREVIS Proposal Form Page 12 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 12 of 30 BROADWAY W" BASIN SZRVICR AREA SEVER LINE RZRRBXLXTKTICK REBID BASE BID - AREA D I II III IV V ITEM UINIT 02SCRIPTION MIT PRICE ITEM ITZ ZXrZNSZCN D-29 1 760 Repair 1 -.112" HMAC Pavement SY and 12" Flexible Base, complete in place per SY $ lD J —I D-30 1,530 Repair Concrete Sidewalk, SF complete in place per SF Xo I - $ D-31 380 LF Repair Concrete Curb and Gutter; complete -n place per LF y C, D-32 310 SY Sod Restoration, omplete in place per 3Y $ 01, 00 D-33 LS Traffic Control, ,omplete in place per Z D-34 3, 600 LF Trench Safety, complete in place per 1,F pp C1 0 $ D 35T 6G CY Disposal of Contaminated Soil, complete it place per CY 50 - 0 a D-36 t i LS Fence Restoration Allowance (Mandatory Allowance) , complete in place Per LS 1,000.00 $1,000.00 U-37 LS Unanticipated UtiiiLty Allowance (Mandatory Allowance), complete in place per LS 6,000.00 $6,000.00 U-38 f 1 Unanticipated Point: Repair LS Allowance (Mandatory Allowance), complete in place r LS 31,000.00 $31,000.00 BASR B-AREA D $ S-4 6 Lie TOTAL T-D (Bid Items D-1-, thru D-38) —�� I NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the qoantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not -order --material --based on these av;�roximate quantities. Proposal Form Page 13 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 13 of 30 BROADWAY M"P BASIN SERVICE AREA SEWER LING REHABILITATION REBID BASE BID - AREA L I II III IV V ID QW a EM IT UKIT DESCRIPTION UNIT PRICE BID ITEK EXTENSION L-1 220 Line L-1. Remove 811 VCP Sewer LF Pipe by Open Cut ;61-107 in Depth) and Replace with 8" SDR 26 PVC Pipe, complete in place r LF L-2 i 250 Line L-3: Remove 8" VCP Sewer LF Pipe by Open Cut i101-61 in Depth) and Replace With 8" SDR 26 PVC Pipe, complete in place er LF_ Line L• -6: Remove 10" VCP Sewer L-3 420 LF Pipe by open cut 1101-151 in Depth) and Replace With 10" 1 04 SDR 26 PVC Pipe, complete in place per LF $ L-4 20 Install SDR26 Service Laterals EA (with Cleanout) or, Sewer Pipe (01-61 in Depth) up to 251, 7,.5M complete in place per EA $ L-5 4 150 Extra Length (Over 251-0" in LF Length) for Service Lateral (01-61 in Depth) , complete in place per LF $ L-6 20 Install SDR26 Service Laterals EA (with Cleanout) on Sewer Pipe (61-10' in Depth) to 251, 00 up complete in place per EA i $ — -------------- L -^ 150 Extra Length (Oven 25' 0" in LF Length) for Service Lateral CX Q., (61-10' in Depth) complete in place per LF L -8 20 Install SDR26 Service Laterals EA (with Cleanout) on Sewer Pipe (10'-151 in Depth" up to 251, complete in lace per RA Proposal Form Page 14 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 14 of 30 BIROADOMY WWTP BASIN SERVICE AR3A SRNER LINE RE$ABILITATION REBID BASE BID - AREA L I II III IV V SID QTY ITEM DKIT D=SCRIPTION =IT PRICE BID ITEM BZTBXSION L -9 150 Extra Length (Oven 25' -0" in LF Length) for Service Laterals ' ' In (10 -15 in Depth', complete Z �, J in place per LF $ L -10 5 Install Cleanout Boot (only), jy�' EA complete in place per EA $� L -1z 2 4' Dia. Manhole Restoration 1 EA with Preformed Fiberglass ! Insert (6' -10' in Depth), y ��' Si complete in place per EA $ 1 4` Dia. Manhole Restoration EA with Preformed Fiberglass ' Insert (101-151 in Depth) ,i in 15i 00 i*t1 $ t �� ttw complete place per EA i. -13 20 VF Remove Additional Brick Corbel Depth (4'-8' in Depth, ; P em . complete in place per VF $ L -14 20 VF Remove Additional Brick Corbel Depth (8' in -10' Depth), complete in place per VF $ 119— L -15 1 EA Rehab of Drop Connection (01- 6' in I Depth) , complete in CUOQ 3rtoo lace per EA $ Rehab of Drop Connection (61- EA 10' in Depth) , complete in 7j sue'.C'C aj 'j U�� place per EA $ i L -17 1 eh ab of Drop Connection (10' EA 5` in Depth), complete in IR ��~ Ov lace per EA $ ADDENDUM NO.3 Attachment No. 8 Page 15 of 30 Proposal Form Page 15 of 30 BNOADWAY WWTP BASIN SERVICE AREA SEWER LINE REHABILITATION REBID BASE DID - AREA L Proposal Form Page 16 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 16 of 30 IV V BID OTT IT= UWT DESCRIPTION UNIT PRICE BID ITEM EXTEMION , _18 10 Internal Obstruction Removal, EA complete in place per EA $ __19 1 Line L-2; Point Repair (Up to EA 101-0" in Length) of 12" VCP Sewer Pipe (101-15 in Depth) , complete in place per EA 1'-:20 20 Line L-2: Extra Length (over LF 101-0" in Length) for Point Repair of 120 VCP Sewer Pipe (10' -151 in Depth) complete in place per LF L-21 1 Line L-4: Point Repair (Up to EA 101-0" in Length) of 8" vcp Sewer Pipe (61-101 in Depth) , -1. A A 9 complete in place per EA 1 L-22 40 Line L-A; Extra Length (Over LF 10'-011 in Length) for Point Repair of 811 VCP Sewer Pipe CIO (61-101 in Depth) , complete in place per LF _-23 1 Line L-5: Point Repair (Up to EA 101-0" in Length) of 8" VCP Sewer Pipe (101-15, in Depth), complete in CUM 0a 7-. &YJ place per EA L-24 40 Line L-5: Extra Length (Over LF 101-0" in Length) for Point Repair of 8" VCP Sewer Pipe (10'-15' in Depth) Z 5_1 complete 000. in place per LF L-25 450 Repair 1-1/2u HKAC Pavement C� SY and 12" Flexible Base, ob WS complete in place per SY $ L-26 200 Repair Concrete Sidewalk, t. SF complete in place per SF $ Proposal Form Page 16 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 16 of 30 BIROADIGLY WWP BASIN SERVICE AREA SZWZR LINE RZEABILITATION REBID BASS BID - AREA L TOTAL RUN BID-ARK► L (Bid Items L-1 thru L-34) NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not order material based on these approximate quantities. ADDENDUM NO. 3 Proposal Form Attachment No. 8 Page 17 of 30 Page 17 of 30 IV V BID QTY ITEM YXI T D38CRIPTION UNIT PRICE DID ITEM EXTRUSION L -27 50 Repair Concrete Curb & Gutter, LF complete in place per LF $ L-28 50 Sod Restoration, complete in SY place per SY $ -29 1 LS Traffic Control, complete in 7, We place per LS $ i L-30 1,020 Trench Safety, complete in r EQ -vo LF place per LF L-31 20 Disposal of Contaminated Soil, 4 CY complete in place per CY $ OQ L-32 I Pence Restoration Allowance LS (Mandatory Allowance), complete in place per LS 1,000.00 $1,000.00 L-33 1 Unanticipated Utility LS Allowance (Mandatory Allowance) complete in place per LS 5,000.00 $5,000.00 L-34 I Unanticipated Point Repair t. LS Allowance :Mandatory Allowance) complete in place per LS 10,000.00 $10,000.00 TOTAL RUN BID-ARK► L (Bid Items L-1 thru L-34) NOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities. Do not order material based on these approximate quantities. ADDENDUM NO. 3 Proposal Form Attachment No. 8 Page 17 of 30 Page 17 of 30 Y i1NTP B'M31N 3ERVICB AREA SEVER LINE RERABILITATIOtq REBID ADDITIVE ALTERMATIVE NO. 1 I II IZI ry V BID QTY t ITEM UNIT DESCRIPTION UNIT PRIC3 BID ITEM SXTSNSION AAA '7 9:1, Remove Addxtionai Protruding EA Services Citywide, complete in e U Place per EA $ -3 s ov Ai -2 Traffic Cortroi, ompiete in O� Place per LS Z0 VLT). $ Z O �►C+p, b..� _�__ TOTAL AMITIVE ALTiRNATE No. 1 $ Bid Items AA1 -1 thru AA1 -2) VOTE: The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quanities quantities. Do not order material based on these approximate a mate antitiesximate and may vary from the final IREVISEDJ Proposal Form Page 18 of 30 ADDENDUM NO.3 Attachment No. 8 Page IS of 30 BiOBD Y NNTP B"1N SERVICZ AREA SXWZR LINE REHABILITATICM RZ8ID AM1TM /DZDUCT1" ALTERMATIVZ NO. 2 Z II III IV V T sm S� a IT*M UNIT DESCRIPTZO�T UNIT PRICB BID ITEM EXUNSICH A /DA2 -1 158 install Service .aterals EA (with Cleanout) by CIpp (0 =_. 8' in Depth) up to 25', complete in place per EA �� —*L4 � ct^� $ (; � O A /DA2 -2 1,060 Extra Length (Over 25' -0" in LF Length) for Service Laterals Installed by CIPP (0' -B' in C 4o, 00 WL, 4 04 ) , ccirplete in place per LF , $ A /DA2 -3 22 Install Service xaterals EA (with Cleanout) by CIPP (8'- 16' in Depth) up to 251, complete in (0 � ' r �r c, 4C) JS Co. place per EA � $ A /DA2 -4 14t Extra Length (Over 25' -0" in LF Length) for Service Laterals Installed by CIPP (8'-161 in Depth) t Ce 143 �f' ZU `P� , omplete in place per LF $ A /DA2 -5 7 Install Service Laterals EA (with Cleanout) by CIPP i (Greater than 16' in Depth) (_CO � �j 6, `t Z up to 251. ete in tQQ $ 1 A /DA2 -6 60 Extra Length (Over 25' -0" in LF Length) for Service Laterals Installed by CIPP (Greater than 16' in Depth,, complete in OC ��� p a 7r L lace per LF $ O A /DA2 -7 158 Deduct Installation of SDR26 EA Service Laterals :'with Cleanout) on Sewer Pipe Rehabilitated by CIPP 0' -8' g in Depth) up to 251, complete ;mil ��� `�/ in place per EA ($ A /DA2 -8 1.,060 Deduct Extra Length g h (Over LF 25' -0" in Length) for Service Laterals(0' -8' in Depth), complete in place per LF ($ DI ." } A /DA2 -9 22 Deduct Installation of SDR26 EA Service Laterals ;with Cleanout) on Sewef Pipe Rehabilitated by CIPP (8' -16' in De th) t L l p up o 2 complete ��l /� t in lace per EA C Z+$�;� am. J (s y1 ` r ° 04, ) �lsm Proposal Form Page 19 of 30 ADDENDUM NO.3 Attachment No. 8 Page 19 of 30 Y iiNTP BASIN SZRVICZ ARIA SZNZR LINE RZRABILITATION RZBID ADDITIVE /DEDUCTIVE ALTERNATIVE NO. 2 r rr rri BID QTY G ITEM UNIT I "RSCRIPTION A /DA2 -10 1 1404 Deduct Extra Length (Over i LF 25 " -0" in Length% for Service _ Laterals r,V -16' in Depth), complete in place per LF A /DA2 -11 j 7 Deduct Installation of SDR26 E EA Service Laterals (with SY Cleanout) on Sewer Pipe t Cf(j � Rehabilitated by CIPP (Greater than 16` in Depth) up to 251,, complete in place A /DA2 -15 3,32Repair SF per EA A /DA2 -12 60 Deduct Extra Length ;Over IF 25' -0" in Length) for Service _ Laterals (Greater than 16' irl Depth), complete in place per LF IV UNIT PRICE V BID ITEM zXTENSIOM �Clo- C-Q,) I I W � t, ($ 'Z. 4Oo- onz _A /DA2 -13 83 EA Internal Obstruction Removal, com fete in `,� _ iace.. Per EA r[ ($_ `�1 �5_` A /DA2 -14 -,530 Deduct Repair of 1 -1/2" HMAC SY Pavement and 12" Flexible Base, complete in place per t Cf(j � ($_ � S LieQ tom% � ) A /DA2 -15 3,32Repair SF of - oncrete k, complete in lace p p _ (S Z� t - ) A /DA2 -16 750 kDed Repair of C_'oncrete LF Gutter, camplete in place A /DA2 -1'? 640 SY Sod Restoration, e in lace per SY A /DA2 -18 5,950 LF Deduct Trench Safety, Complete in o place per I.F �-� ($_ ��10C. - ----__ _ TOTAL ADDITIVE /DEWCTI'VE ALTERI"UiTE NO. 4 'Bid Items $ Yr j j od A /DA2 -1 thru A /DA2 -18) NQ^'E- The above unit prices muss include all labor, to cover the finished work of the several kinds tcalled for and �the Owner decrease the quantity of Owner overhead, profit, insurance, etc., quantities. D_o_ any bid item. The reserves the right to increase or not order material based on these approximate are approximate and may vary from the final quantities. REVISM Proposal Form Page 20 of �0 [:!Attachment DENDUM NO. 3 No. 8 Page 20 of 30 I BID ITEM SMOADN&Y i1NTP BASIN SERVICE AREA SEWER LING REHABILITATION REBID ADDITIVE ALTZWNATIVZ NO. 3 II III IV V QW t UMIT AA3- 1, ER i AA3 -2 2o LF AA-3- -i ` EA i AA 3-4 20 LF i AA3 -5 1 EA i _w..._ AA3 -6 1 20 LF AA3 -? EA G AA3 -8 1 20 LF DESCRIPTION UNIT PRICB BID ITEM EXTENSION 7 Point Repair for Line C88 (Up to 30' -0" in Length) of 15" ! VCP Sewer Pipe (14' in Depth), C1 ) complete in place per EA t'L,tlrsLl $ t Z-� 000. Extra Length for :line C88 (Over 10' -0" in Length) for Point Repair of 15" VCP Sewer _ rx r-- Qej Pipe (14' in Depth), complete 7_s in place per LF $ Point Repa_.r for .ine C89 (Up to 10' -0" .n Length) of 15" VCP Sewer Fipe (1_5' in Depth) , complete in place per EA ` $ Point Repair for L-ine C-91 (Up to 10' -0" in Length) of 15" VCP Sewer Pipe (13' in Depth), complete in place per EA Extra Lengti for L_ne 5 :91 (Over 10' -0" in Length; for Point Repair of 15" VCP Sewer Pipe (13' in Depth , complete in place per LF REVISED Proposal Form Page 21 of 30 27 iJa '5 ADDENDUM NO.3 Attachment No. 8 Page 21 of 30 Extra Length for Line C89 (Over 10' -Cf" in Length) for Point Repair of 1_5" VCP Sewer Pipe (15' -In Depth i , complete in puce per LF $ Point. Repair for Line C90 (Up to 10' -0" in Length) of 15" VCP Sewer Pipe (13' in Depth), complete in place per EA C!� $ -L doe �� 2 � (aX. Extra Length for Line C'90 (Over 10' -0" in Length) for Point Repair of 15" VCP Sewer Pipe (13" in Depth), complete in place per LF ��u' ` �-�© �'►t� $ Point Repair for L-ine C-91 (Up to 10' -0" in Length) of 15" VCP Sewer Pipe (13' in Depth), complete in place per EA Extra Lengti for L_ne 5 :91 (Over 10' -0" in Length; for Point Repair of 15" VCP Sewer Pipe (13' in Depth , complete in place per LF REVISED Proposal Form Page 21 of 30 27 iJa '5 ADDENDUM NO.3 Attachment No. 8 Page 21 of 30 B'MQAD�O�Y M"P BASIN SZRVICZ ARM SZNZR LINT RZHABILITATIOR RZBID ADDITIVE ALTZRNATIVZ NO. 3 Z II III IV V HID 4TY +� ITEM UNIT DESCRIPTION UNIT PRICB SID ITEM BXTSNSION AA3 -9 1 160 Repair 1 -1;2" HMAC Pavement SY i and 12" Flexible Base, ` complete in place per SY b� l ��` 60 $ j 6&j . AA3 -10 i LS Traffic Control, (omplete in G © � 5; / place per 11S $ ti7 AA3 -11 100 LF Trench Safety, complete in _ place per �F $ (o 60 TOTAL ADDITIVE ALTERNATE NO. 3 $ J r to � (Bid Items AA3- -1 thru AA3 -11) NOTE. The above unit prices must include all labor, materials, bailing, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for and the Owner reserves the right to increase or decrease the quantity of any bid item. The above quantities are approximate and may vary from the final quantities Do not order _material based on these approximate quantities. REVISED Proposal Form Page 22 of 30 ADDENDUM NO.3 Attachment No. 8 Page 22 of 30 B&OADULY WWrP B&SIN SERVICE ARIA S=ZR LINE REHABILITATION REBID DEDUCTIVE ALTERNI►TIVE NO. 1 '� 11 III IV v HID OTT � ITEM UINIT DESCRIPTION UNIT PRICE F:: BID ITEM EXTENSION DA1- 2 EA DA1 -2 f 17 EA DAI- 3 3 : EA DA 1 -4 ; 2 a EA DAs -5 i 22 EA DA1 -6 = ? EA DAI - ? d 3 1 EA DAI -8 2 EP 41 Lia. Manhole Restoration with Cement and Epoxy Coating (0' -6' in Depth), complete in place per _A 4' Dia. Manhole Restoration with Cement and Epoxy Coating (6' -10' in Depth) complete in place per EA 4' D;a, Manhole Restoration with Cement and Epoxy Coating (10' -15' it Depth', complete ` in pace per EA 4' Dia. Manhole Restoration with Cement and Epoxy Coating (Greater than 15' in Depth), complete in place per EA Deduct 4' pia. Manhole Restoration with Preformed Fiberglass Insert ;0' -6' in Depth), complete it. place per EA Deduct 4' Dia. Manhole Restoration with Preformed Fiberglass insert 6' -1.0' in Depth), complete i;- place per EA Deduct 4' Dia. Manhole Restoration with Preformed Fiberglass 17nsert 10' -15' in Depth, complete it place per i Deduct 4' Dia. Manhole -- Restoration with Preformed Fiberglass Insert ;Greater than 15' in Depth), complete in place per EA AEViSED Proposal Form Page 23 of 30 �� $ _ 00 00 0,5110 $ Z [ t1Ci Q (5--LW.0q) 1($ Q0 ue Lo1, , ) a3�m.q I (s l 44,9 CO. co ) 00,90 do (s 34 51zo. ADDENDUM NO.3 Attachment No. 8 Page 23 of 30 :1 B*OAD"" "' "N SZ"VICZ ARZA S== LINE REHABILITATION REBID DZDUCTIVZ ALTZSS9kTjW No. I I II BID OTT & 1TM UHtT IZT IV V DZSCRIPTION UNIT PRICE ti I BID ITEM XXUNSION DA1 9 40 Deduct Removal cf Addi tonal Brick Corbel Depth (41-81 in Depth), complete i- T09( VF place per - -2 ----4— 1 Z5-0. - n ($ 06 (3 �)Al - 2 30 Deduct Removal VF Of Additional Brick Corbel Depth (8,-10, in Depth;, complete i- Place per VF ($ TOTAL Z)ZDUCTIW ALTZHKWM No. 1 NOTE 'Bid 'ten's DAI-1 thru DA1-10) $ The above unit Prices must include all iabor, materials, bailing, to cover the finished work of removal, overhead, profit the several kinds called for and the Owner reserves decrease the quantity of any bid item. The above quantities quantities. , Insurance, etc., RO the right to increase order material _DQt based on are aPproximate these te tities. or and may vary from the final LR*�� "rOPOsal Form 'age 24 of 30 ADDENDUM NO. 3 Attachment No. 8 Page 24 of 30 1 BID SUMMARY Base bid listed in the following summary shall match those totaled on the preceding pages. ;f there is a discrepancy the totaled bids on the preceding pages shall govern over those listed below. Base Bid Area A _`Bid items A -1 - A 31) Area B Bid Items B -1 - B -33? Area D ;Bid items D -1 - D-38) Area L - (Bid Items L -1 - L -34) TOTAL BABg DID (Area A . B - D + L; Additive Alternate No. 1 (Bid Items AA1 -j -, AA1 -2) Additive /Deductive Alternate No. (Bid PIteDA2:P - A dditive AlternatO fBid -� - AA3 ternate No. (Bid Items DAl -'., - DA1 ) $ q $r $ $ c�(,°�Zb -115 $ 2 7i 4 ooh - °0.01 c $ l (Q 0 :7 ?'5-, $_ 7!.�6DD•U� $ q MAED] ADDENDUM NO.3 Attachment No. 8 Proposal Form P Page 25 of 30 age 25 of 30 7, � Cc,, i t , acts- -runence work within ten (10) calendar a v s t- m C a H, t h i'i�- wr.it! en work order and will complete -amp. w thin 260 CALZNDAR DAYS after -or.struction is begun, Should -o r-1 t r- a Dr J e fa ! 1 ':cnt ac.•i-,,- may be. liable for liquidated damages act Documents as set art h�- -, C1 Ity W" L I pav Conti act-;r- in current funds for performance of ne --crt-ract in ac- -ordar -e th the 7-ontract Documents as the work progresses Signed -'-I _4 parts at Corpus Christi, Texas on the date shown above, ATTEST:, CITY OF CORPUS CHRISTI By City Secretar•yr Ronald F. Massey, Asst. City r. of Public Works and Utilities APPROVXD AS TO LEGAly-FORM: BY V I- Asst, 1--ity Attorne} ATTEST: (If Corporarion) (Sea 1- Below) LINDA C. ANDRy (Note: if Person signing for coxIDozation is not President. attach copy, of authorization to sign) iECKT, t By: Angel V�yEscobar, P.E. Director of Engineering Services CONTRACTOR EqjMolds InUner, IJ4- By, T i 1 e LARRY PURIM, VICE-PRESIDENT 4520 State Road 37 (Address) Orleans, IN 47452-0186 (City) (State)(ZIP) 812/865-3232 * 812/865-3075 'Phone) (Fax) Agreement Page 2 of 2 \u orizatior to sign Noveniher 1 '(10', Jeffrey J Rcvnolds� EXecut,.e '� ice- President of Layne Christensen Company. in accordance with the po -hers granted to me by �,he September 19, 2005, resolutions of the Boar{ of Directors. dc) hereby authorize Lam: Purlee. Executive Vice - President, of the Reynolds Inhrier. i_LC `Reynolds Inc Dtvision of Layne Christensen Company "s district u?fic_ .n Orleans. lnd,ana_ to ,ign all contract documents and change notices in an amount not 10 exceed S' 0 millic =?. Ieffrex .1. ey�F XeCLtive Tice- President STATE OF --- txnznHn COLNTY OF ORAKE i, the undersigned Notary PLIhhC. within and for the State and County aforesaid, do hereb` eertitj that the foregoing certificate. in writing. was presented to me by Jeffrey J. R;exnolds. and was ac':nowledged it) be his free act and deed. and the act and deed of said Corporation WITNESS nix signature this un day of _ NOVEMBER_ _ ?005. MY COMMISSION EXPIRES: 2 /5/09 otarti, Public Linda C. Andry Notary Public, State of Indiana Orange !. ci,Rty tvly Comn.;sor. --xp .)2- 05- 200("3 I H i l l I t I' l l net: . ILc a ;,i _ llrl,ht c, Ml!c, drat hr a the dill- elc,lcd. yuahllcd_ and acone I ,ecul -tc uLe (,,rporaii,)n and a, uleh I, I,uniliar ttllh the hoed„ ,it .al it wil- -< orth he)t .aer...idtlpicd ht 'N11,11,111011 ,11 t illallllll Ull, (tHI,rIII h ACli�ll ,I,, ,,1arl 1)i!. ,I! —id ( olp'n. orn .laced lcptcnlhe! ­`Illb_ that the I611u11In__ I, it title 0111 rc;= hr . n._ 1 tie hn „ham ! .I�; ap,ualloll .Ind Thal Iddl re,nhaion, ill in lidl I„ru' :m,l tuthorns u, tauter Into ( ouh'act Ill: ill'.. kti. i:e 33,�8r.t � +I I )I riel�!f deYn,, It Ill the best mterr,t> of till' ( orpol at loll It, <title the hid. ultra- J,r, rdrrPlu,t'. It. -.,!,; �ilrr .�nd:mpimee,utt!ltir:rpuraliun ON, I III:RI° hORt., BI. I I Rt'SOI N 1':U- than cll.cl,v, as of Jcptenlhcr'_S. 1nll5. and uI lieu ..;le 14� sae � �ireCt-, !Ile authtlnl, w II)k: lull, »11ng of iccr, and cmplu.cc, of this COrporauon h u Wmc: p,:, Ila , , olcl , „Id '01” I;,c ,ortu,ral.. 0 ihcreon. Iii) Ml.ie hid, and /or enici Into contract, lath u;lol -1. 1 .Ind au k*,,._! lilt,, .,,nll_ _. , %k ith tendor, ill enilileelittll ,,till the ,alc A this l orportlion s product; and .en It, Ii =d 111 pal JI—C ,,I ,apphL and 111011 111011 in 11" name of and tin hehall of this ('orporanon. ,hall be litr an uuou1 ,.. t i. a -n1 !i, It , .lm Flu -ch hc,ide each X11 ihclr Ulle, in the ':AltmmL schedule + itic 're,Idcru ,emol `" ice - ',c,Idenl ice- I're,1d:nt u> ur ( enerai AIan;t"ci ?faiel'. \181,..,311 \mount jollier than ReI. nnids Dkisiunl S �.(J111t_(wo $ 'soo.Ut)I) `h 7' u.onu .{i(I_l)llll `� ItI1t,1111I) I ilic %muunl IReN nolds Division Otill I 'reFklcn+ $ I �.IIU(I,UI111 5c�uiite 'tC dent or tienitu '� Ice- 11rc,tdent $ 111.1111(1_0I n1 )ttI> =tin �1c�flresidcll. $ iI)oomoo i(,n ",iana!ac, )i,ir:ci ?.tanager !lr_a1t '�talla, , S I.Irr)I wth t, 1,114 I IIER RESOI % VD, that the president cu Illlxc tire- president, senior sire - president. dlv ls:, + I fc,ldcnt. prc,ldcnl dl,, Iv•v:: ire- pre,Ident ill !his (ltrporltlon ma\ delegate the authorih to enter inh contra. aatl eonuniuntlit-, ahlch Ilya: are atithori/ed to CvCLIAte pursuant to lheu resolutions to any other ol'lirer. sencial man;ti-,c, t,sl,tailt 1111 !Sion manager distract manager of branch manager ofthis I, orporation and may. as re(luestcd h,rd parr, __licalc ujh d, h'. eddrvs,nry a letter or .)Ihcr t + ripen docuntenl to such third pare F1 R I IIER RFSOI ED. that pntu It, , Conlon thercol pursuant to the preceding re,ululion- atilt runt =a, a ;S�es 0; autloriie,: limp, _,ranted to the !'resident of the ('Orporauon. must be approved by am lino naemahr^ ,; tl;c liar; of! )!rector- prop dcd hutlC4cr that the cyecuuon ofam contract in accordance Hith the preccding resolan .. ma. h, _, _jdcrcd ht r :hod panic, Iu he c, nlmi%v e1 Idcnce that Al appropriate authority pursuant lu thc,c rrsomu `1- ha, heen saute+; H1 RIIIER RESIII \ ED. that 111c secrcti n. an\ a,s!stant secretary. or ant, other officer ofthi, t urllt,r.w,nl i,c. and ,hey are len a iz t,, are- uthored to ccrlih ;a caps of these rcr.olutions_ and um customer tit this t 1?rf+,1r -tu,�n h,:reh felt odor said i erlihcate ar ,o prc,entad IN IIII, I I N[ "S 1N IWRF011- !edit, I kc\noids Ila,,ct ius hand this I I "' day ol'Novcnlbcr. 21)n;