Loading...
HomeMy WebLinkAboutC2007-246 - 7/17/2007 - Approved1 •1 1 1 1 1 1 1! , I 1 Berry Contracting 2007-246 07/17/07 M2007-184 SPECIAL I S N S SPECIFICATIONS AND F O R M S OF CONTRACTS A N D B O N D S FOR CIMARRON BOULEVARD PHASE 1 3AIiATOGA TO YORKTOWN PREPARED BY: Maverick Engineering, Inc. 2000 S, .I_ ., Suite 100 Corpus Christi, Texas 78469 Phone: 361/289-1385 Fax: 361/289 -0712 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880 -3500 Fax: 361/880 -3501 •r___ww DRAWING NO: STR 774 ...if- -\.. OF /tilt. 4°. RONALD GUZMAN , e, .1 v 0 --":0-. -. 76782 .� 3. it 0'1 (Revised 7/5/00) C MARRON BOULEVARD PHASE SARAT CA TO OR T WN Table of Contents =ICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS -A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS -B ( Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A -- SPECIAL 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 Time and Place of Receiving Proposals /Pre -Bid Meeting Definitions and Abbreviations Description of Project Method of Award /terms to be Submitted with Proposal Time of Completion /Liquidated Damages Workers Comnsation Insurance Coverage Faxed Proposals Acknowledgment of Addenda Wage Rates (Revised 7/5/00) . Cooperation with Public Agencies (Revised 7/5/00) Maintenance of Services Area Access and Traffic Control Construction Equipment Spillage and Tracking Excavation and Removals Disposal /Salvage of Materials Field Office Schedule and Sequence of Construction Construction Project Layout and Control Testing and Certification Project Signs Minority /Minority Business Enterprise Participation Policy (Revised 10/98) mar um) A-24 Surety Bonds A-25 Sales- -"Tax Exemption (NO LONGER. APPLICABLE) (6/11/98) A-26 Supplemental Insurance Requirements A- o - i -1 -it r for ar agc - Claims opyr USED) A -28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A-31 Amended "Policy on Extra Work and Change Orders" A-32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A-34 Precedence of Contract Documents it Watcr-- Facilitic : Special Requiremcnt3 (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 7 A--38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities p n y and Final Acceptance mar USED) A-40 Amendment to Section B-8-6: "Partial Estimates" A -41 Ozone Advisory A-42 OSHA Rules & Regulations A -43 Amended "Indemnification and Hold Harmless" (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Video Documentation A -51 Electronic Proposal Form Attachment I - Project Sign Attachment II - Sample Computer Print -Out PART El - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments 349 021 SITE PREPARATION 021080 Removing Old .Structures 855 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers S9 022022 Trench Safety for Excavations 022040 Street Excavation 310 022080 Embankment S13 022100 Select Material 815 022420 Silt Fence 397 023 FOUNDATIONS, BORINGS, PILES & CAISSONS 023020 Jacking, Boring or Tunneling 565 025 ROADWAY 0252 SUBGRADES AND BASES 025202 Scarifying and Reshaping Base Course 323 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 854 0254 ASPHALTS AND SURFACES 025404 Asphalts, Oils and Emulsions 829 025412 Prime Coat (Asphaltic Material Only) 830 025414 Aggregate for Surface Treatment and Seal Coats 335 025418 Surface Treatment 832 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 834 TABLE OF CONTENTS PAGE 2 OF 7 0256 CONCRETE WORK 025608 Inlets 563 025610 Concrete Curb and Gutter 552 025612 Concrete Sidewalks and Driveways 553 025614 Concrete Curb Ramps 0258 TRAFFIC CONTROLS & DEVICES 025802 Temporary Traffic Controls During Construction 025803 Traffic Signal Adjustments 025805 Abbreviated Pavement Markings 5101 025807 Pavement Markings (Paint and Thermoplastic) 545 025813 Preformed Striping and Emblems 025816 Raised Pavement Markers and Traffic Buttons 025818 Reference-Pavement Markers (Re iectori ed ) (TxDOT D-9-4200) 025828 Reference-Bituminous Adhesive for Pavement Markers (TxDOT D-9-6130) 026 UTILITIES 0262 GENERAL 026201 Waterline Riser Assemblies 579 026202 Hydrostatic Testing of Pressure Systems 589 026206 Ductile Iron Pipe and Fittings 581 026210 PVC Pipe - AWWA C900 and C905 Pressure Pipe 583 026214 Grouting Abandoned Utility Lines 83 0264 WATERLINES 026402 Waterlines 588 026404 Water Service Lines 587 026409 Tapping. Sleeves and Tapping Valves 584 026411 Gate Valves for Waterlines 885 026416 Fire Hydrants 586 0266 SANITARY FORCE MAINS 026602 Sanitary Sewer Force Main 569 026604 Air Release Valves (Wastewater Application) 596 027 SEWERS & DRAINAGE 0272 GENERAL 027202 Manholes 562 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures 027205 Fiberglass Manholes 558A 0274 STORM SEWERS 027402 Reinforced Concrete Pipe Culverts 56 027404 Concrete Box Culverts 566 0276 SANITARY SEWERS (GRAVITY) 027602 Gravity Sanitary Sewers 561 027611 Television Inspection of Conduits 028 SITE IMPROVEMENTS & LANDSCAPING 028020 028200 028300 028320 Seeding 514 Mail Box Relocation Fence Relocation 512 Chain Link Fence 570 TABLE OF CONTENTS PAGE 3 OF 7 930 CONCRETE, GROUT 030020 Portland Cement Concrete S40 032020 Reinforcing Steel 842 037040 Epoxy Compounds S44 038000 Concrete Structures 841 050 METALS 055420 Frames, Grates, Rings and Covers 857 PART T - TECHNICAL SPECIFICATIONS 022 EARTHWORK 022021 Control of Ground Water 025 ROADWAY 0252 SUB GRADES AND BASES 025223 Crushed Limestone Flexible Base SIGNALIZATION SPECIFICATIONS, NOTES AND CUT - SHEETS Traffic Signalization Notes for Cimarron Bl vd . B oc hampton St. Intersection Standard Specification Section 025803 "Traffic Signal Adjustments" PELCO Astro-Brac Horizontal Bracket Assemblies Cabinet Extension CARSON H1324 Heavy Duty Box CARSON H1730 Heavy Duty Box CARSON H2436 Heavy Duty Box Traffic Signal Cable Code Exhibit A - Revised Cam Pinout PELCO Astro-Brac Camera Mountings CLIFFORD IMSA Signal Cable ISOTEC Video Cable HENKE ENTERPRISES Wiring Diagram for Video Camera Surge Suppression Filter PELCO Pedestrian Push Button Station Assembly SIEMENS 1-Inch Aluminum Pedestrian Signal #835B - Specification for TS 2-1992 Controller Unit #835V-4 - Specification for Video Detection Rack Mounted CPU System #866 - Specification for Adjustable Polyca rbonate LED Traffic Signals #927 - Specifications for Traffic Signals LED #953 _ Specification for Malfunction Management Unit *987 - Specification for Uninterruptible Power Supply #988 - Specification for a LED Countdown Pedestrian Signal Special Specification TS 2-2003 Controller for Bond 2004 Projects Cabinet inet Assembly CARMANAH Internally Illuminated Street-Name Sign - R409 CARMANAH Backbrace Assembly DIALIGHT Excalibur Uniform Appearance Countdown Pedestrian Signals TABLE OF CONTENTS PAGE 4 OF 7 LIST DRAWINGS SHT.NO. DESCRIPTION 1 Title Sheet /Vicinity Map 2 Project Location Map 3 General Notes and Testing Schedules 4 Estimated Quantities Summary /Drawing Legends 5 -11 Typical Proposed and Existing Roadway Cross Sections 12 Existing Roadway Cross Sections 13 Demolition /Removal Summary Sta. 28+50 to Sta. 74 +10 14 Demolition /Removal Summary Sta. 66 +51 to Sta. 92+83 15 Demolition/Removal Summary Sta. 92+84 to Sta. 105.36 16 Existing Waterline Basemap 17 Existing Sanitary Sewer Basemap 18 Existing Storm Water Basemap 19 Existing Gas Line Basemap 20 Drainage Area Map 21 Baseline Alignment Sheet Sta. 25 +00 to Sta. 44 +50 22 Baseline Alignment Sheet Sta. 44 +50 to Sta. 64+50 23 Baseline Alignment Sheet Sta. 64+50 to Sta. 85+50 24 Baseline Alignment Sheet Sta. 85 +50 to Sta. 104 +25 25 Baseline Alignment Sheet Sta. 104 +25 to Sta. 124 +50 26 Baseline Alignment Sheet Sta. 124 +50 to End 27 Baseline 'B' Alignment Sheet Sta. 0 +00 to Sta. 12+00 28-29 Project Control Point Layout 30 Water & Wastewater (Plan and Profile) Sta. 24 +50 to Sta. 29+50 31 Water & Wastewater (Plan and Profile) Sta. 29 +50 to Sta. 34+50 32 Water & Wastewater (Plan and Profile) Sta. 34+50 to Sta. 39+50 33 Water & Wastewater (Plan and Profile) Sta. 39+50 to Sta. 44.50 34 Water & Wastewater (Plan and Profile) Sta. 44 +50 to Sta. 49 +50 35 Water & Wastewater (Plan and Profile) Sta. 49 +50 to Sta. 54 +50 36 Water & Wastewater (Plan and Profile) Sta. 54 +50 to Sta. 59 +50 37 Water & Wastewater (Plan and Profile) Sta. 59 +50 to Sta. 64+50 38 Water & Wastewater (Plan and Profile) Sta. 64+50 to Sta. 69+00 39 Water & Wastewater (Plan and Profile) Sta. 69+00 to Sta. 73 +50 40 Water & Wastewater (Plan and Profile) Sta. 73 +50 to Sta. 78 +50 41 Water & Wastewater (Plan and Profile) Sta. 78+50 to Sta. 83 +50 42 Water & Wastewater (Plan and Profile) Sta. 83 +50 to Sta. 88 +50 43 Water & Wastewater (Plan and 'Pr file) Sta. 88+50 to t . 93 +50 44 Water & Wastewater (Plan and Profile) Sta. 93 +50 to Sta. 98+50 45 Water & Wastewater (Plan and Profile) Sta. 98+50 to Sta. 103 +00 46 Water & Wastewater (Plan and Profile) Sta. 103 +00 to Sta. 108 +00 47 Water & Wastewater (Plan and Profile) Sta. 108 +00 to Sta. 113 +00 48 Water & Wastewater (Plan and Profile) Sta. 113 +00 to t . 117+75 49 Water & Wastewater (Plan and Profile) Sta. 117 +75 to Sta. 122 +90 50 Water & Wastewater (Plan and Profile) Sta. 122 +90 to ta. 128 +00 51 Water & Wastewater (Plan and Profile) Sta. 128+00 to Sta. 133 +0.0 51A Wastewater Crossing Details 52 Waterline Connection Details 53 -56 Waterline Lateral Details 57 Water and Wastewater Details 58 Air Release Valve in Fiberglass Manhole (Type 2) 59-63 Standard Water Details - Sheets 1 thru 5 64-68 Sanitary Sewer Standard Details - Sheets 1 thru 5 69 Street & Storm Water (Plan and Profile) Sta. 24 +50 to Sta. 29 +50 70 Street & Storm Water (Plan and Profile) Sta. 29 +50 to Sta. 34 +50 71- Street & Storm Water (Plan and Profile) Sta. 34 +50 to Sta. 39 +50 72 Street & Storm Water (Plan and Profile) Sta. 39 +50 to Sta. 44+50 73 Street & Storm Water (Plan and Profile) Sta. 44 +50 to Sta. 49 +50 74 Street & Storm Water (Plan and Profile) Sta. 49 +50 to Sta. 54 +50 75 Street & Storm Water (Plan and Profile) Sta. 54 +50 to Sta. 59 +50 76 Street & Storm Water (Plan and Profile) Sta. 59 +50 to Sta. 64 +50 77 Street & Storm Water (Plan and Profile) Sta. 64+50 to Sta. 69+00 TABLE OF CONTENTS PAGE 5 OF 7 78 Street & Storm Water (Plan and Profile) Sta. 69+00 to Sta. 73 +50 79 Street & Storm Water (Plan and Profile) Sta. 73+50 to Sta. 78 +50 80 Street & Storm Water (Plan and Profile) Sta. 78 +50 to Sta. 83 +50 81 Cimarron Boulevard/Channel 27 Enlargement Plan 82 Street & Storm Water (Plan and Profile) Sta. 83 +50 to Sta. 88 +50 83 Street & Storm Water (Plan and Profile) Sta. 88 +50 to Sta. 93 +50 84 Street & Storm Water (Plan and Profile) Sta. 93 +50 to Sta. 98+50 85 Street & Storm Water (Plan and Profile) Sta. 98+50 to Sta. 103+00 86 Street & Storm Water (Plan and Profile) Sta. 103 +00 to Sta. 108+00 87 Street & Storm Water (Left Side Profile) Sta. 77 +31.3 to Sta. 85+00 88 Street & Storm Water (Left Side Profile) Sta. 85 +00 to Sta. 89 +00 89 Street & Storm Water (Plan and Profile) Sta. 0 +00 to Sta. 4 +00 90 Street & Storm Water (Plan and Profile) Sta. 4 +00 to Sta. 9 +00 91 Street & Storm Water (Plan and Profile) Sta. 9 +00 to Sta. 10 +50 92-95 Storm Water Lateral Details 96 Headwall No. 1 Details 97 Headwall Miscellaneous Details 98 Existing Headwall Modification Details 99 Guardrail Details 100 -101 Storm Water Miscellaneous Details - Sheets 1 and 2 102 Typical 6' Special Curb Inlet 103-104 Standard Storm Water Details - Sheets 1 and 2 105 Miscellaneous Curb Ramp Details 106 Miscellaneous Details 107 Fencing Details 108 Curb, Gutter and Sidewalk Standard Details 109 -110 Driveway Standard Details - Sheets 1 and 2 111 -113 Curb Ramp Details - Sheets 1 thru 3 114 Striping Plan Sta. 24 +00 to Sta. 40 +00 . 115 Striping Plan Sta. 40 +00 to Sta. 56+00 116 Striping Plan Sta. 56+00 to Sta. 72 +00 117 Striping Plan Sta. 72+00 to Sta. 88 +00 118 Striping Plan Sta. 88 +00 to Sta. 102 +00 119 Striping Plan Sta. 102 +00 to Sta. 106 +00 120 Signage Plan Sta. 24 +00 to Sta. 40 +00 121 Signage Plan Sta. 40 +00 to Sta. 56+00 122 Signage Plan Sta. 56 +00 to Sta. 72 +00 123 Signage Plan Sta. 72+00 to Sta. 88+00 124 Signage Plan Sta. 88 +00 to Sta. 102 +00 125 Signage Plan Sta. 102+00 to End 126 Conduit Layout Plan Sta. 24+00 to Sta. 48+00 127 Conduit Layout Plan Sta. 48 +00 to Sta. 72+00 128 Conduit Layout Plan Sta. 72+00 to Sta. 96 +00 129 Conduit Layout Plan Sta. 96+00 to End 130 Storm Water Pollution Prevention Plan Sta. 24 +00 to Sta. 43+00 131 Storm Water Pollution Prevention Plan Sta. 43 +00 to Sta. 61+00 132 Storm Water Pollution Prevention Plan Sta. 61 +00 to Sta. 80 +50 133 Storm Water Pollution Prevention Plan Sta. 80+50 to Sta. 100 +00 134 Storm Water Pollution Prevention Plan Sta. 100 +00 to Sta. 120 +00 135 Storm Water Pollution Prevention Plan Sta. 120+00 to End 135A Storm Water Pollution Prevention Plan (Brockhampton St.) 136 Storm Water Pollution Prevention Details 137 Traffic Control Peri . 149 Cimarron Blvd. Traffic Control (Stage 3) 150 Cimarron Blvd. Traffic Control (Stage 4) 151 Cimarron Blvd. Traffic Control (Stage 5) 152 Brockhampton St. Storm Water Traffic Control (Stage 6) 153 Brockhampton St. Storm Water Traffic Control (Stage 7 & 11) 154 Cimarron Blvd. (Yorktown to Saratoga) Traffic Control (Stage 8) Sta. 65+00 to Sta. 87+00 155 Cimarron Blvd. Traffic Control (Stage 8) Sta. 87+00 to End 156 Cimarron Blvd. Traffic Control (Stage 9) Sta. 58+00 to Sta. 80+00 157 Cimarron Blvd. Traffic Control (Stage 9) Sta. 80+00 to Sta. 102+00 158 Cimarron Blvd. Traffic Control (Stage 9) Cimarron Blvd./Saratoga Blvd. Intersection 159 Cimarron Blvd. Traffic Control (Stage 10) sta. 59+00 to Sta. 80+00 160 Cimarron Blvd. Traffic Control (Stage 10) Sta. 80 +00 to Sta. 102+00 161 Cimarron Blvd. Traffic Control (Stage 10) Cimarron Blvd. /Saratoga Blvd. Intersection 162 Brockhampton St. Storm Water Traffic Control (Stage 12 & 13) 163 -166 PM(1)- OA thru PM(4) -0 A 166A Permanent Pavement Marking Detail 167 POZ-LOC Sign Support Post and Socket System 168 End of Road Barricade, Traffic Sign Assembly Installation Details and TCP 169 Crosswalk Pavement Marking Detail 170 TCP Notes-98 171 Work in Lane No Paved Shoulder 172 'MCP (2-4)-03 173 TCP (2-2)-03 174 WZ(CD) --94 175-186 BC(1)-03 thru BC(1 )- 3 187 Traffic Signalization Plan Cimarron Blvd./ Brockhampton St. 188 -189 Traffic Signal Detail - Wiring Diagram Cimarron Blvd. Brockhampton St. 190 Traffic Signalization Miscellaneous Standard Details 191 -192 Standard Assembly for Traffic Signal Support Structures Mast Arm Connections 193 Traffic Signal Support Structures Mast Arm Pole Details 194 Traffic Signal Head Mounting Detail 195 Single Mast Arm Assembly (100 MPH Wind Zone) 196 Traffic Signal Support Structures (Supplemental Detail) 197 Traffic Signal Pole Foundation 198 VIVDDS Detail -Sheet 199 Street Name Sign Details (Illuminated) 200 -202 L 1) - 1 thru LMA ( 3) -01 203 Pedestrian Signal Details GCTECHIICAL REPORT NOTICE AGREEMENT PROPOSAL / D I SCLOSURE STATEMENT T PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 7 OE' 7 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CIMARRON BOULEVARD PHASE 1- AR TEA TO YORKTOWN consists of the complete removal of an existing roadway and construction of approximately 7580 LF of new 5-lane primary urban collector street (64-ft. back -t -back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; 8216 LF of new 18" to 54" reinforced concrete storm sewer pipes and inlets; 1381 LF of new concrete box culvert; 12,211 LF of new 6" to 16" PVC waterlines and appurtenances; 133 LF of new 8" to 15" PVC sanitary sewer gravity lines; 8925 LF of new 16" PVC sanitary sewer effluent line and appurtenances; 12,943 LF of new 18" and 24" PVC sanitary sewer force main and appurtenances; traffic signalization improvements at the Brockhampton Street/ Cimarron Boulevard intersection; and temporary traffic control; together with all appurtenances, 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 June 20, 2007, a nd then publicly opened and read. Any i d received after closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m. , Tuesda June 5 2 7 and will be Conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment 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. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars $ as good condition within two weeks of b a guarantee bid date. of their return in 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 such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown fox each craft or type of "laborer", "workman", or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to 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 Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MU IMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage PER OCCURRENCE AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Propert Damage 8. Independent Contractors . Personal Injury . $2,000,000 COMBINED SINGLE LIMIT . AUTOMOBILE LIABILITY-OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION I LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -tern environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT 0 REQUIRED X NOT REQUIRED BUILDERS' RISK See Section B - -11 and Supplemental Insurance Requirements a REQUIRED NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements 0 REQUIRED X NOT REQUIRED Page 1 of D The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ❑ The name of the Project must be listed under "description of operations" on each certificate of insurance. O For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty ( 0) 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 you have any questions regarding insurance requirements, please contact the Contract Administrator at 88O -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - WORKER'S COMPENSATION COVERAGE FOR BUILDING O CCI S `RUCTIOI PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, sub c c actor , and otters providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's com ensat cn coverage agreement. Even 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, includiaa during the main=enance guaranty period. : -Iotor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section need not provide 1 of the 3 forts of worker's compensation coverage. The Contractor agrees co comply with all applicable provisions of Texas Administrative Code Title 28 , Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please *rote that under section 110.110: 1. certain language gust 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 the contractor is required to post the reauirsd notice at the job site. By sicfling this Contract, the Contractor certifies that it will timely comtly with these Notice to Contractors "' requirements. NOTICE TO CONTRACTORS - B iRevisea 1/13/981 Page 1 of 7 8/7 !9� Title 23. DSIJRANCE Part IL TEXAS WORKERS' HERS' COMP NSATI ON COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES 110.110 Reporting Requirement. for Building or Construction Projects for G-ov rn ent .! Entities 1 (a) The following words and tee, when used in this rule, shall have the following meanings, unless the cornet clearly indicates otherwise. Terms not de ned in this 'vie shall have the meaning defined in the Texas Labor Code, if so decd. (1) Cerra-Kate of coverage (certificaze)—A copy of a certificate to of . surance, a certificate of authority to seL- insure issued by the cor missioc, or a workers' compensation tion coverage azreement TW -' I, TWCC- 2, TWCC- 3, or T -8 , showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration ofthe project. Building or construction—Has the meaning defined in the Texas Labor Code, § 40&096(eXl). Contractor—A person bidding for or awarded construction building or const project by a governmental entity. Coverage—Workers' compensation insurance meeting the statutory requirements ofthe Texas Labor Code, § 401,011(44 . Coverage a r eme nt— _ written azreement on form T C -S1, form TWCC-82, form TWC -S3 or forrn TV/CC-84, fed. ith the Texas workers` Compensation Commission which dishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406. Subchapters F and G., as one of employer/employee and establishes -rho will be responsible for providing workers' compensation coverage for persons providing services on the project. Duration of the project—Includes the time from the bung of work on the project until the work on the project has been completed and accepted by the eovernmental entity. (7) Persons providing services on the project i- 406.096 of the Act)—With the g p exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities errorming all or part of the services the contractor has undertaken to perform on the prole A � . � with the for and regardless of whether regardless or nether that person contracted directly with th contractor �. that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees , arty entity ft:rnishin persons to perform services on the project. "cervices" includes but is not limited � g p UOTICE TO CONTRACTORS - a Revised 1/13/98) Page of 1 http://www_sos.state.tx.usitac/28/11/110/B/110.110.html /7/98 Page 2 cf :0 1.,ri ;r �~r4• # +4 -- ..�7,� i • + ` Y■ d ii evicg equipment or #z:Mr iYi . or pry% * i i Fti labor, transpor...ation, or other servic.-z :.2:t. to project. 'Services" a not tel: �z:es unrelated to the projecz, s• 2ch as - +"� #��r'�r*� vendors, •- �-4..� # �• � ` .amt �f' ,.S • � food z e � e. a�..e ardor , ce suppiy deliveries, :.,.. delivery or portable toilets_ Project—includes the cr c ,ision of all services re:a:ed to a bud or construction ; :act for a governmental ntr ty. (b) or causing to be provided a certificat e of coverage pursuant to this rule is a repr. sent ; c;t by the insures that ali employees of the insured who are providing services en the project re covered by workers' compensation covers e, that the coverage is based on proper reporting of classification codes and pa.yroil amounts, and that all coverage agreements have been filed with the appropriate insurance comer or, in the case of a se -ins. red, with the commissio 's Division of Self - Insurance Reeuiation. Providing false or misleading certiEcates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative cenaEties, criminal penalties, civil penalties, or other civil actions. (c) A eovernmental entity that enters into a build:. .4 or construction contract on a project shall: include in the bid specifications, all the provisions of paragph (7) of this subsection using the language required by paragraph (7) of this subseczio as part ofthe contract using the language required ,by pararaph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beeinning work on the project; obtain from the contractor a new certificate of coverag showing extension of coverage: (A) before the end of the current coverage period, if t+` e contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (13) no later than seven days after the expiration of the coverage for each other person proving services on the project whose current certificate shows that the coverage period ends during the duration of the project; retain certificates of coverage on file for the duration ofthe project and for three years thereafter, provide a copy ofthe ce:z.icates of coverage to the commission upon request and to any person entitled to then by law, and use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or cnantes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: 728S110.110(c)(7) tbi http://www.sos.szatestx.usitacI23/11/110/B/110.110.huril NOTICE TO CONTRACTORS - 3 Revised 1/13/98) Page 3 of 8/7/98 '. 110.110 Page 5 o aiS A contractor shy: i provide coverage for its employees providing services on a project, f :r the duration of the project used on proper reporting of classic: lion codes and payroll amounts and of any coverage agreements; provide a certificate of covera a showing g workers` compensation coveraze to the governmental entity prior to being work on the project; (3) provide the governmental entity, poor to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate ofcoverage ends during the duration ofthe p ro'ect; obtain from each person providing services on a project, and provide to the governmental entity: a certificate of coverage, prior to that person beginnine work an the project, so the governmental entity will have on fie certificates of coverage show coverage for all persons providing services on project; and (8) no later than seven days after receipt by the contractor, a new certificate of coverage shoes extension of coverage, if the coverage period shown on the p current cote of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration °f ere project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, wig ten days after the contractor knew or should have known, - �- � . _ � .. wn, of any change that materially affects the provision of coverage f any person provides services on the project; post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules, This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker o Nation. The text i y for a notes sball be tlt following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED W ' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee, "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verb whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." http: * vw sos.s .ate.ter.us tacJ2 11 0/13/1 10.1 10. hur NOTICZ TO cONTcTORS - B Revised 1/13/90) Page 4 cif 8!7/98 a e 4 of :10.110 (8) co=actually require each cerson with w h o r : . #t contr s .,.. ;::-ovide services en a project to: (A) provide r reporting or classification Z e and payroll amounts and filine ail + '� employees proiir: e:`#.ices n the project. for the duration of any co��erae are :�e ^: for �.�:. of its e:r:, _ .� of the project; (13) pro provide a certificate of coverage to the contractor prior to that person beginning work on e project; include in al contracts to provide services en the rojo: the lanzuage in ubec-:n of this section-, prior to the end o ` the coverage period, a new certificate of coverage (D) prose the contractor, p ... showing r the coverage period shown on the current certificate of coverage ;�t�a ` coverage, .� ends dig the duration oldie project; (E) obtain from each other person with whom it contracts, and provide to the corszractor: �- prior to the other person be, m. n work n the project; Id a certificate coverage, p r e a certificate of coverage show'in extension of e prior to the end of �e coverage rood, �� certificate aye ends during the ' `the coverage period shown on the srre .� certificate of cover , o�r`erae period, duration of the project* retain r �' es o coverage on e for the duration of the project and for one year (F) re..sn � required e. ctt �. therea.fte (G) ncti the governmental entity writing certified mail or personal delivery, lxithin ten days after the person knew � or should have known, of arty change that materially affects the provision of coverage of any person providing services on the project and r person with whom it contracts, to perform as required by (H) contractually require each tie subparagraphs A. of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. .. on project, other than a contractor, sue: (e) person providing services p � (1) provide coverage for its - employees providing services ou ` a project, for the duration of the project �o bas ed or proper reporting o classification codes and payroll amounts and filing of any coverage .� agreements; ' ' e zs required its contract to provide services o the project, provide a cr�cate of coera prior to bezinning work on the project; ' this v the following language in its contract to provide services on the project: " y *si� . have tt� be provided a certcate ocoverae, the person sib this contract or providing or causing to � i s contract is representing to the governmental entity that ail employees of the person � who will provide services on the project will be covered by workers' compensation coverage contract r�o p p � http://www.sos.state.tx.usitac/28/11/110/13/11 0.1 10.html NOTICE TO CONTRACTORS - 8 Revised 1/13/91) P tqm 5 of 817198 rage : or o for d::: aricn of the project, that the ccvera a will be based on proper reporting or c:assthcation codes and . and p r�l amounts, is and that ail coverage agree er is will be wed with the appropriate ,. ix surarce carrier or, in the case ofa self-irsured, with the commissi Page 6 of duration of :he contract: F retain all required certill es of coverage on file for the duration cf he project and for one year thereafter, (0) notify the governmental entity in writing by certified mail or personai delivery, within ten days aver the person knew or should have known, of any change that rnzterially affects the provision of coverage of any person providing services on the project; and contractually require each person with whom k contracts, to perform as required y this - subparagrapn and subparagraphs of this paragraph* with the certificate of coverage to be provided to the person for whom they are providing services. (0 If any ` provision o this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this cad the provisions of this rule are declared to be severable. This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or aver September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 67; to register with the Texas Department of Transportation and who P rovi a accidental it ' insurance coverage pursuant to etas Civil Statutes, Article 6675c, § 40. (1) 'he coverage requirement gin' this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of ` the Act, § 406.097(c)1 and who are explicitly excluded from coverage in accordance wig the Ate, § 406.097(a) added by House Bill 1089, 74th Legislature, 1995, § 1.20). This subsea' on applies only to sole proprietors, parmers, and corporate executive officers who are excluded from covera2e in an insurance policy or certificate of authority to self -tee that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September 1, 1 994, 19 Tex Reg 5715; amended to be effective November 6, 1995, 20 Tex Reg 8609. fix_ o_ decor► e hup://www.sos.state.tx.usitaci28/11/110/13/110_110. ha timer ?O CONTRACTORS - B Revised 1 13/96 ) pine 7 of 7 8/7/98 PART A SPECIAL PROVISIONS CIMARRON BOULEVARD PHASE 1— SARATOGA TO YORKTOWN {06261) SECTION A — SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the Project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, June 20, 2007. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CIMARRON BOULEVARD PHASE 1- SARATOGA TO YORKTOWN; PROJECT NO. 6261 A pre -bid meeting will be held on Tuesday, June 5, 2007, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX, and will include a discussion of the Project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A -2 Definitions and Abbreviations Section B -1 of the General Provisions will govern. A -3 Description of Project CIMARRON BOULEVARD PHASE 1- SARATOGA TO YORKTOWN consists of the complete removal of an existing roadway and construction of approximately 7580 LF of new 5 -lane primary urban collector street (64 -ft. back -to -back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; 8216 LF of new 18" to 54" reinforced concrete storm sewer pipes and inlets; 1381 LF of new concrete box culvert; 12,211 LF of new 6" to 16" PVC waterlines and appurtenances; 133 LF of new 8" to 15" PVC sanitary sewer gravity lines; 8925 LF of new 16" PVC sanitary sewer effluent line and appurtenances; 12,943 LF of new 18" and 24" PVC sanitary sewer force main and appurtenances; traffic signalization improvements at the Brockhampton Street/ Cimarron Boulevard intersection; and temporary traffic control; together with all appurtenances, in accordance with the plans, specifications and Contract Documents. A -4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid -OR- 2. Total Base Bid plus Additive Alternate No. 1. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. Explanation of Proposal Base Bid consists of all elements of the proposed work not specifically designated as an additive alternate or work to be performed by others. Additive Alternate No. 1 consists of installing approximately 7889 LF of PVC electrical conduit and handholes (pull boxes) for future lighting and MIS. Section A - SP (Revised 12/15/04) Page 1 of 28 "Allowance" for relocation of utilities is a reserve amount of funds that may become available for payments to the Contractor, at the City's discretion, if the extent of utility relocation work is exceeds the original scope of work. A -5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5% Bid Bond (Must reference CIMARRON BOULEVARD PHASE 1- SARATOGA TO YORKTOWN; Project No. 6261 as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement. 3. The information required and identified by Sections A -28, A -29 and A -30 of these Special Provisions *. *In order to expedite the A /E's recommendations for award, Bidders are to provide the requested information with their Proposal. A -6 Time of Completion /Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet - o _ _ - _ - the construction working time as shown below. The project has been divided into two (2) phases and thirteen (13) stages. Except as otherwise noted, the Contractor is required to complete each stage before proceeding to any other stage, unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be 730 calendar days. No additional time will be allotted for any Additive Alternate. Detailed descriptions of the stages within each phase of construction are provided below and on the contract drawings. PHASE 1 - Cimarron Boulevard (Yorktown Blvd. to Sta. 67 +45) (Stages 1 -2) and Utilities Along Cimarron Blvd. (Saratoga Blvd. to Wooldridge Rd.) (Stages 3 -5) STAGE 1* • Maintain two -way traffic on existing roadway. (See plan A/143 for traffic control locations from Yorktown Blvd. intersection to Sta. 29 +84). • Install storm water and utility improvements within the work area for this stage (Sta. 29 +84 to Sta. 67 +45). • Construct the east section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 29 +84 to Sta. 67 +45). • Construct detour pavement widening along the east side of the existing pavement - (Sta. 67 +45 to Sta. 69 +20). * Start of Stage 1 is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. STAGE 2 ** • Place two -way traffic on the completed east section of the street (Yorktown Blvd. to Sta. 67 +45). • Transition two -way traffic onto the temporary detour pavement (Sta. 67 +45 to Sta. 69 +20), and onto the existing pavement (Sta. 69 +20 to the north). Section A - SP (Revised 12/15/04) Page 2 of 28 • Install storm water and utility improvements within the work area for this stage (Sta. 29 +84 to Sta. 67 +45), • Construct the remaining west section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 29 +84 to Sta. 67 +45). NOTE: Stages 3, 4 and 5 may be constructed at any time during Phase 1. STAGE 3 ** • Two lanes of existing southbound traffic will remain in the present location (Saratoga Blvd. to Sta. 117 +48 and Sta. 123 +03 to the north). • Transition southbound traffic from two lanes to one lane (Sta. 117 +48 to Sta. 123 +03). • One lane of northbound traffic will occupy the present two -way center turn lane (Saratoga Blvd. to Sta. 117 +48). • One lane of northbound traffic will occupy the present southbound inside lane (Sta. 117 +48 to Sta. 120 +92). • Two lanes of northbound traffic will remain in the present location (Sta. 120 +92 to the north). • Close present two northbound (east) lanes (Saratoga Blvd. to Sta. 120 +43). • Bore casings for 18" wastewater force main, effluent line and waterline under Saratoga Blvd (east side of intersection). • Connect new waterline to existing waterline on east side of Cimarron Blvd. (approximate Sta. 107 +39). • Construct effluent line from Saratoga Blvd. to Sta. 119 +02 and tie -in to existing effluent line. • Construct 18" wastewater force main from Saratoga Blvd. to Sta. 120 +43. • Construct 24" wastewater force main from Sta. 119 +60± to Sta. 120 +43. • Complete all permanent pavement repairs. • Complete restoration of all permanent markings; move traffic to original lanes. STAGE 4 ** • Two lanes of existing northbound traffic will remain in the present location (Saratoga Blvd. to Sta. 114+46 and Sta. 121 +20 to the north). • Transition northbound traffic from two lanes to one lane (Sta. 114+46 to Sta. 121 +20). • Two lanes of southbound traffic will occupy the present southbound inside lane and the two -way center turn. lane (Saratoga Blvd. to Sta. 116 +66). • One lane of southbound traffic will occupy the present northbound inside lane (Sta. 116 +66), and transition across the two -way center turn lane to the present southbound inside lane (Sta. 125 +40). • Two lanes of southbound traffic will remain in the present location (Sta. 125 +40 to the north). • Close present southbound outer (west) lane (Saratoga Blvd. to Sta. 119 +85); and close present southbound inside lane and the west half of the present two -way center turn lane (Sta. 117 +28 to Sta. 119 +85). • Bore casing for 24" wastewater force main under Saratoga Blvd (west side of intersection). • Construct 24" wastewater force main from Saratoga Blvd. to Sta. 119 +60± and tie -in to completed section of new 24" wastewater force main. • Complete all permanent pavement repairs. • Complete restoration of all permanent markings; move traffic to original lanes. STAGE 5 ** • Two lanes of existing southbound traffic will remain in the present location. • Two lanes of existing northbound traffic will remain in the present location (Saratoga Blvd. to Sta. 115 +42 ±). • Transition northbound traffic from two lanes to one lane (Sta. 115 +42± to Sta. 119+63 ±). Section A - SP (Revised 12/15/04) Page 3 of 28 • One lane of northbound traffic will occupy the present two -way center turn lane (Sta. 119 +63* to Wooldridge Rd.). • Close present two northbound (east) lanes (Sta. 120 +43 to Wooldridge Rd.). • Construct 24" wastewater force main (Sta. 120 +43 to Sta. 131 +47) and tie -in to existing force main. • Construct 18" wastewater force main (Sta. 120 +43 to Wooldridge Rd.). • Close Wooldridge Rd. on east side of Cimarron Blvd. to make 24" force main tie - in at new manhole. • Complete all permanent pavement repairs. • Place permanent pavement markings (restore to original markings). • Move traffic to original lanes. NOTE: Do not proceed with Phase 2 until construction of Master Channel 27 has been completed (City Project #2263)_ PHASE 2 -- Cimarron Boulevard (Sta. 67 +45 to Saratoga Blvd.) (Stages 6 -10) and Brockhampton Street Storm Sewer (Stages 11 -13) STAGE 6 ** • Construct detour pavement widening along the west side of the existing pavement (Sta. 77 +15 to Sta. 81 +05). • Place two -way traffic onto the completed west detour widening. • Install steel casings for proposed utility lines (approximate Sta. 78 +97). • Construct headwall; install 10' x 6' precast storm water box and manhole riser from the downstream outfall at Master Channel 27 through the 45° precast bend. STAGE 7 ** • Construct detour pavement widening along the east side of the existing pavement (Sta. 76 +95 to Sta. 83 +50). • Move two -way traffic onto the completed east detour widening. • Close Brockhampton St. beginning at Cimarron Blvd. intersection up to Sta. 0 +88 (Brockhampton St.). • Construct 10' x 6' precast storm water box along Cimarron Blvd. from the 45° precast bend to Junction Box #1, and west along Brockhampton St. to approximate Sta. 0 +88. Provide temporary plug at upstream end of precast storm water box. STAGE 8 ** • Maintain two -way traffic on the existing pavement. • Construct detour pavement widening along the west side of the existing pavement (Sta. 66 +41 to Sta. 105 +07). STAGE 9 ** • Maintain two -way traffic on the completed section of the street (Yorktown Blvd. to Sta. 67 +45). • Move two -way traffic to the west side detour widening and the western most portion of the existing pavement (Sta. 67 +45 to Saratoga Blvd.).. • Install storm water and utility improvements within the work area for this stage (Sta. 67 +45 to Saratoga Blvd.). • Construct the east section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 67 +45 to Saratoga Blvd.). STAGE 10 ** • Maintain two -way traffic on the completed section of the street (Yorktown Blvd. to Sta. 67 +45). • Move two -way traffic onto the completed east section of the street (Sta. 67 +45 to Saratoga Blvd.). • Install storm water and utility improvements within the work area for this stage (Sta. 67 +45 to Saratoga Blvd.). Section A - SP (Revised 12/15/04) Page 4 of 28 • Construct the remaining west section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 67 +45 to Saratoga Blvd.). • Place 1'1" ACP surface course over entire width of newly completed street under traffic, one lane at a time, using TCP and BC standard sheets (Yorktown Blvd. to Saratoga Blvd.). • Place permanent pavement markings and signage (Yorktown Blvd. to Saratoga Blvd.). • Open all lanes to traffic on the completed street. STAGE 11 ** • Close Brockhampton St. to through traffic from Cimarron Blvd. to Sta. 0 +88 and close Brockhampton St. from Sta. 1 +75 to Sta 2 +30. • Local traffic shall be allowed on Brockhampton St. from Sta. 0 +88 to Sta. 1 +75 and from Sta. 2 +30 to New Bedford Dr. • Construct the precast storm water box (Sta. 0 +88 to Sta. 2 +30). STAGE 12 ** • Close Audn St. at Brockhampton St. • Move two -way local traffic to the south one -half of the existing pavement (Bollinger Dr. to New Bedford Dr.). • Close the north one -half of the existing pavement (Sta. 2 +10i to Sta. 9 +60 ±). • Construct the precast storm water box (Sta. 2 +30 to Sta. 9 +58 ±). STAGE 13 ** • Close Brockhampton St. from Sta. 9 +50± to New Bedford Dr. • Open Audn St. to local traffic. Local traffic on Brockhampton St. will remain on the south one -half of the pavement from Bollinger Dr. to road closure at Sta. 9 +50 +. • Construct the precast storm water box (Sta. 9 +58± to Sta. 10 +55 ±). • Local two -way traffic to remain on the south one -half of the pavement and repair the pavement from Cimarron Blvd. to New Bedford Dr. • Place permanent pavement markings (restore to original markings). • Move traffic to original lanes. * *Start of the Stage is delineated by the setting up of traffic control devices and first day of- traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. Days Allocation for Rain: The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power 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 3 Days November 3 Days April 3 Days August 4 Days December 3 Days The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services 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, or after such time period as extended pursuant to other provisions of this Contract, $400.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are Section A - SP (Revised 12/15/04) Page 5 of 28 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 from the monthly pay estimates the amount of liquidated damages due the City. A -7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A -8 Faxed Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B -2 of the General Provisions. A -9 Acknowledgment of Addenda The Contractor 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 addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non - receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. Section A - SP (Revised 12/15/09) Page 6 of 28 The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority /Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1') times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, "Definition of Terms ", and Section B -7 -6, "Working Hours ".) A -11 Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty - eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using - - - DIG TESS at 1 -800- 344 -8377, the Lone Star Notification Company at 1 -800 -669 -8344, and the Southwestern Bell Locate Group at 1- 800 - 344 -7233. For the Contractor's convenience, the following telephone numbers are listed: City Engineer 826 -3500 Project Engineer 826 -3500 A/E Project Engineer, Dennis Miller, P.E. Maverick Engineering, Inc. 289 -1385 fax: 289 -0712 Streets & Solid Waste Services 826 -1970 Traffic Engineer 826 -3540 Police Department Water Department Wastewater Services Department Gas Department Storm Water Department Parks & Recreation Department American Electric Power Co. (AEP) Southwestern Bell Telephone Co. (SBC) 882 -1911 857 -1880 (826 -3140 after hours) 857 -1818 (826 -3140 after hours) 885 -6900 (885-6900 after hours) 857 -1881 (826 -3140 after hours) 826 -3461 299 -4833 (693 -9444 after hours) ..881- -2511 (1-800- 824- 4424,after hours) Signal /Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel ChoiceCom (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (MAN) 857 -1946 857 -1960 857 -5000 (857 -5060 after hours) 887 -9200 (Pager 800 - 724 -3624) 225/214 -1169 (225/229- 3202(M)) 881 -5767 (Pager 850 -2981) 512/935 -0958 (Mobile) 972/753 -4355 A -12 Maintenance 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 obtained from existing as -built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown or not shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Section A - SP (Revised 12/15/04) Page 7 of 28 Where existing sewers are encountered and are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface, and the Contractor must pay for all fines and remediation that may result if sewage or 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 Area Access and Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All- weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and /or roads of approved material during wet weather. The Contractor must maintain a stockpile of suitable material on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control arc considered subsidiary; therefore, no direct payment will be made to Contractor. A -14 Construction Equipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and /or spilled materials going to or from the construction area. Hand labor and /or mechanical equipment must be used where necessary to keep these roadways clear of job - related materials. Such work must be completed without any increase in the Contract price. Streets and curb lines must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewers is allowed to remain on the Project site or adjoining streets. A -15 Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed /sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, etc., are to be considered subsidiary to the various bid items; therefore, no direct payment will be made to the Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from Section A - SP (Revised 12/15/P4) Page 8 of 28 the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to the Contractor. A -17 Field Office The Contractor must furnish the City Engineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air - conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet deadlines for completion of cach Stage of the construction working time as shown below. The project has been divided into two (2) phases and thirteen (13) stages. Except as otherwise noted, the Contractor is required to complete each stage before proceeding to any other stage, unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be 730 calendar days. No additional time will be allotted for any Additive Alternate. The Contractor shall submit to the City Engineer a work plan based on calendar days for construction of the entire project and broken down into construction for each phase and stage. This plan must detail the schedule of work for each construction phase and stage, and shall be structured to meet all of the requirements specified in Section A -6 "Time of Completion /Liquidated Damages ", and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The Contractor shall furnish a Construction Schedule for the following phases and stages of work (detailed descriptions of the stages are provided on the contract drawings): PHASE 1 -- Cimarron Boulevard (Yorktown Blvd. to Sta. 67 +45) (Stages 1 -2) and Utilities Along Cimarron Blvd. (Saratoga Blvd. to Wooldridge Rd.) (Stages 3-5) STAGE 1* • Maintain two -way traffic on existing roadway. (See plan A /143 for traffic control locations from Yorktown Blvd. intersection to Sta. 29 +84). • Install storm water and utility improvements within the work area for this stage (Sta. 29 +84 to Sta. 67 +45). • Construct the east section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 29 +84 to Sta. 67 +45). • Construct detour pavement widening along the east side of the existing pavement (Sta. 67 +45 to Sta. 69 +20). * Start of Stage 1 is delineated by the Notice to Proceed. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. STAGE 2 ** • Place two -way traffic on the completed east section of the street (Yorktown Blvd. to Sta. 67 +45). • Transition two -way traffic onto the temporary detour pavement (Sta. 67 +45 to Sta. 69 +20), and onto the existing pavement (Sta. 69 +20 to the north). Section A - SP (Revised 12/15/04) Page 9 of 28 • Install storm water and utility improvements within the work area for this stage (Sta. 29 +84 to Sta. 67 +45). • Construct the remaining west section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 29 +84 to Sta. 67 +45). NOTE: Stages 3, 4 and 5 may be constructed at any time during Phase 1. STAGE 3 ** • Two lanes of existing southbound traffic will remain in the present location (Saratoga Blvd. to Sta. 117 +48 and Sta. 123 +03 to the north). • Transition southbound traffic from two lanes to one lane (Sta. 117 +48 to Sta. 123 +03). • One lane of northbound traffic will occupy the present two -way center turn lane (Saratoga Blvd. to Sta. 117 +48). • One lane of northbound traffic will occupy the present southbound inside lane (Sta. 117 +48 to Sta. 120 +92). • Two lanes of northbound traffic will remain in the present location (Sta. 120 +92 to the north). • Close present two northbound (east) lanes (Saratoga Blvd. to Sta. 120 +43). • Bore casings for 18" wastewater force main, effluent line and waterline under Saratoga Blvd (east side of intersection). • Connect new waterline to existing waterline on east side of Cimarron Blvd. (approximate Sta. 107 +39). • Construct effluent line from Saratoga Blvd to Sta. 119 +02 and tie -in to existing effluent line. • Construct 18" wastewater force main from Saratoga Blvd. to Sta. 120 +43. • Construct 24" wastewater force main from Sta. 119 +60± to Sta. 120 +43. • Complete all permanent pavement repairs. • Complete restoration of all permanent markings; move traffic to original lanes. STAGE 4 ** • Two lanes of existing northbound traffic will remain in the present location (Saratoga Blvd. to Sta. 114 +46 and Sta. 121 +20 to the north). • Transition northbound traffic from two lanes to one lane (Sta. 114 +46 to Sta. 121 +20). • Two lanes of southbound traffic will occupy the present southbound inside lane and the two -way center turn lane (Saratoga Blvd. to Sta. 116 +66). • One lane of southbound traffic will occupy the present northbound inside lane (Sta. 116 +66), and transition across the two -way center turn lane to the present southbound inside lane (Sta. 125 +40). • Two lanes of southbound traffic will remain in the present location (Sta. 125 +40 to the north). • Close present southbound outer (west) lane (Saratoga Blvd. to Sta. 119 +85); and close present southbound inside lane and the west half of the present two -way center turn lane (Sta. 117 +28 to Sta. 119 +85). • Bore casing for 24" wastewater force main under Saratoga Blvd (west side of intersection). • Construct 24" wastewater force main from Saratoga Blvd. to Sta. 119 +60± and tie -in to completed section of new 24" wastewater force main. • Complete all permanent pavement repairs. • Complete restoration of all, permanent markings; move traffic to original lanes. STAGE 5 ** • Two lanes of existing southbound traffic will remain in the present location. • Two lanes of existing northbound traffic will remain in the present location (Saratoga Blvd. to Sta. 115 +42 ±). • Transition northbound traffic from two lanes to one lane (Sta. 115 +42± to Sta. 119 +63 ±). Section A - SP (Revised 12/15/04) Page 10 of 28 • One lane of northbound traffic will occupy the present two -way center turn lane (Sta. 119 +63± to- Wooldridge Rd.). • Close present two northbound (east) lanes (Sta. 120 +43 to Wooldridge Rd.). • Construct 24" wastewater force main (Sta. 120 +43 to Sta. 131 +47) and tie -in to existing force main. • Construct 18" wastewater force main (Sta. 120 +43 to Wooldridge Rd.). • Close Wooldridge Rd. on east side of Cimarron Blvd. to make 24" force main tie - in at new manhole. • Complete all permanent pavement repairs. • Place permanent pavement markings (restore to original markings). • Move traffic to original lanes. NOTE: Do not proceed with Phase 2 until construction of Master Channel 27 has been completed (City Project #2263). PHASE 2 - Cimarron Boulevard (Sta. 67 +45 to Saratoga Blvd.) (Stages 6 -10) and Brockhampton Street Storm Sewer (Stages 11 -13) STAGE 6 ** • Construct detour pavement widening along the west side of the existing pavement (Sta. 77 +15 to Sta. 81 +05). • Place two -way traffic onto the completed west detour widening. • Install steel casings for proposed utility lines {approximate Sta. 78 +97) • Construct headwall; install 10' x 6' precast storm water box and manhole riser from the downstream outfall at Master Channel 27 through the 45° precast bend. STAGE 7 ** • Construct detour pavement widening along the east side of the existing pavement (Sta. 76 +95 to Sta. 83 +50). • Move two -way traffic onto the completed east detour widening. • Close Brockhampton St. beginning at Cimarron Blvd. intersection up to Sta. 0 +88 (Brockhampton St.). • Construct 10' x 6' precast storm water box along Cimarron Blvd. from the 45° precast bend to Junction Box #1, and west along Brockhampton St. to approximate Sta. 0 +88. Provide temporary plug at upstream end of precast storm water box. STAGE 8 ** • Maintain two -way traffic on the existing pavement. • Construct detour pavement widening along the west side of the existing pavement (Sta. 66 +41 to Sta. 105 +07). STAGE 9 ** • Maintain two -way traffic on the completed section of the street (Yorktown Blvd. to Sta. 67 +45). • Move two -way traffic to the west side detour widening and the western most portion of the existing pavement (Sta. 67 +45 to Saratoga Blvd.). • Install storm water and utility improvements within the work area for this stage (Sta. 67 +45 to Saratoga Blvd.). • Construct the east section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 67 +45 to Saratoga Blvd.). STAGE 10 ** • Maintain two -way traffic on the completed section of the street (Yorktown Blvd. to Sta. 67 +45). • Move two -way traffic onto the completed east section of the street (Sta. 67 +95 to Saratoga Blvd.). • Install storm water and utility improvements within the work area for this stage (Sta. 67 +45 to Saratoga Blvd.). Section A - SP {Revised 12 /15/04) Page 11 of 28 • Construct the remaining west section of the new roadway through 2" of ACP base course and temporary pavement markings (Sta. 67 +45 to Saratoga Blvd.). • Place 14" ACP surface course over entire width of newly completed street under traffic, one lane at a time, using TCP and BC standard sheets (Yorktown Blvd. to Saratoga Blvd.). • Place permanent pavement markings and signage (Yorktown Blvd. to Saratoga Blvd.). • Open all lanes to traffic on the completed street. STAGE 11 ** • Close Brockhampton St. to through traffic from Cimarron Blvd. to Sta. 0 +88 and close Brockhampton St. from Sta. 1 +75 to Sta 2 +30. • Local traffic shall be allowed on Brockhampton St. from Sta. 0 +88 to Sta. 1 +75 and from Sta. 2 +30 to New Bedford Dr. • Construct the precast storm water box (Sta. 0 +88 to Sta. 2 +30). STAGE 12 ** • Close Audn St. at Brockhampton St. • Move two-way local traffic to the south one -half of the existing pavement (Bollinger Dr. to New Bedford Dr.). • Close the north one -half of the existing pavement (Sta. 2 +10± to Sta. 9 +60 ±). • Construct the precast storm water box (Sta. 2 +30 to Sta. 9 +58 ±). STAGE 13 ** • Close Brockhampton St. from Sta. 9 +50± to New Bedford Dr. • Open Audn St. to local traffic. Local traffic on Brockhampton St. will remain on the south one -half of the pavement from Bollinger Dr. to road closure at Sta. 9 +50±. • Construct the precast storm water box (Sta. 9 +58± to Sta. 10 +55 ±). • Local two -way traffic to remain on the south one -half of the pavement and repair the pavement from Cimarron Blvd. to New Bedford Dr. • Place permanent pavement markings (restore to original markings). • Move traffic to original lanes. ** Start of the Stage is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. The plan must also indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. 4. Re- Submission: Revise and resubmit as required by the City Engineer. 5. Monthly Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the most conducive to economy of construction, subject to the following conditions: Section A - SP (Revised 12/15/04) Page 12 of 28 A. The schedule of construction shall be structured to meet all requirements of Section A -6 ' *Time of Completion /Liquidated Damages" and as noted above. B. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City for construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, benchmarks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) benchmarks, required for project layout, will be provided by the City or Consultant Project Engineer. The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. If, during construction, it is necessary to disturb or destroy a control point or benchmark, the Contractor shall provide the City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or benchmarks damaged as a result of the Contractor's negligence will be restored by the City Or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall .obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party ,ndcp_na_nt Registered Professional Land Surveyor ( R.P.L.S.) licensed in the State of Texas, retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the Third Party Surveyor R.P.L.S. and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference; • Curb and gutter flow line -- both sides of street on a 200' interval; • Street crowns on a 200' interval and at all intersections. Section A - SP (Revised 12/15/04) Page 13 of 28 Wastewater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) ( TXDOT and RR permits). Water: • All top of valve boxes; • Valve vault rims; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A -21 Project Signs The Contractor must furnish and install two (2) Project signs as indicated in . Attachment 1. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the City Engineer. A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus 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 herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican - Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and /or actively manage, and share in payments from such an enterprise in the manner Section A - SP (Revised 12/15/04) Page 14 of 28 hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or. any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is 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. 3. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The Section A - SP (Revised 12/15/09) Page 15 of 28 transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 4. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi- weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. A -23 Inspection Required (Revised 7/5/00) (NOT USED) occupancy. Contractor muat obtain the Certificate of Occupancy, when applicable. Section B 6 2 of the General Provisions is he -�cby amended in that the Contractor muat pay all fccs and charges levied by the-City's Building Inspection Department, and all other City fees, including water/wastewater meter fccs and tap fees as required by City. A -24 Surety Bonds Paragraph two (2) of Section B -3 -4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 %) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10 %) of the Surety Company's capital and surplus with reinsurer(s) authorized to do business in the State of Texas. The amount of the bond reinsured by any reinsurer may not exceed ten percent (10 %) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A -25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) following substituted in lieu thcrcof. Section A - SP (Revised 12/15/04) Page 16 of 28 tt elect.. to eperatc under a separated contract as defined by Section 3.291 of Chapter 3, Tax Adm stration of Title 31, Public Finance of the Texas - Administrat ve Code, OT sew other rules er regulations as may be promulgated by thc Comptroller of Public Accounts of Texas. If the Contractor to -operate under a scparatcd contract, he shall: 11 into the Project. 3. Provide resale ccrtif4catcs to suppliers. 4. Provide thc City with topics of material invoices to substantiate thc proposal value of materials. If thc Contractor docs not elect to operate under a separated contract, he must pay for all Sales, Excise, and Use Taxc, applicable to this Project. certificate to thc subcontractor and the subcontractor, in turn, issues a resale ccrtifi ate to his supplier." A -26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B -6 -11 (a) of the General Provisions, the Contractor shall obtain an endorsement to Section A - SP (Revised 12/15/04) Page 17 of 28 this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A -27 Responsibility for Damage Claims (NOT USED} lizragraph (a) Ccncral Liability of Section B 6 11- of thc Ccncral Provision i, amended to include: to procure such Builder's Risk or Installation Floater insurance coverage, A -28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, thc City Engineer may and in order to expedite the A /E's recommendations for award, Bidders are to provide the requested information with their Proposal. 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. A -29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: In order to expedite the A /E's recommendations for award, Bidders are to provide the requested information with their Proposal. 1. The superintendent must have at least five (5) years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily be limited to, Section A - SP (Revised 12/15/04) Page 18 of 28 scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the Cit y• Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B-7-13 of the General Provisions. A -30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -3 -1 "Consideration of Contract ", add the following text: "Within five (5) working days following thc public opening and reading of the proposals, thc three (3) apparent lowest bidders (ba.,cd on thc Total Base Bid or Total Base Bid plu.T Additive Alternate No. 1 or Total Base B d plus Add-itivc Alternate No. 2 or Tot-a . Base Bid plus Additive A create Ne. 1 -plug Additive Alternate No. 2, subject .to the availability of funds} must submit to thc City Engineer thc following information: In order to expedite the A/E's recommendations for award, Bidders are to provide the requested information with their Proposal. 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration; 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible; 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. Section A - SP (Revised 12/15/04) Page 19 of 28 The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B -7 -13 of the General Provisions; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre- construction conference; 8. Documentation required pursuant to Special Provision A -28 concerning "Considerations for Contract Award and Execution" and Special Provision A -29 concerning "Contractor's Field Administration Staff "; 10. within five (5) days following bid opening, Submit in letter form, information identifying type of entity and state (i.e. Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity." A -31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -8 -5 "Policy on Extra Work and Change Orders ", the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A -32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -3 -5 "Execution of Contract ", add the following: "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor." A -33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre -Bid Meeting referred to in Special Provision A -1. Section A - SP (Revised 12/15/04) Page 20 of 28 A -34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges ", ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A -35 City Water Facilities: Special Requirements (NOT USED) A. Visitor /Contractor Oricntatien Prier to performing werk at any City water facility, thc Contractor, his conducted by thc City Water Department Personnel. A Visitor /Contractor Safety a; Operation of City Owned Equipment switch, breaker, control, or any other item related to City water facility at any C. Protection of Water 'Quality Thc City mast deliver water of drinking quality to its customer at all times. The Contractor shall protect the quality of the water .in the job site and shall water: D. Coefermity with ANSI /NSA' Standard 61 All -Materials and equipment used in the repair, r -a cmbly, transportation, contact with potable water, must conform to American National Standards Standard Specifications_ Such materials include X11 so- vents -, cleaners, lubricants, gaskets, thread be allowed_ Thc Contractor :hall keep werk areas trash daily. CONTRACTOR'S ON SITE PREPARATION clean at all times and remove all Section A - SP (Revised 12/15/04) Pace 21 of 28 blue, or white. Each employee uniform must provide company name and individual cmploycc identification. C. Contractor shall provide telephones for Contractor per- sennel. Plant telephones are not availablc for Contractor usc. H. Working pours will be 7:00 A.M. to 5:00 P.M., Monday thru Friday. own sanitary facilities. J. All Contractor vchicics must bc parked at dscignatcd site, as dezignated by City Watcr Department staff. All Contractor vchicics must bc clearly labeled with company namc. No private cmploycc vchicics arc allowed at 0. N. Stevens Watcr Tr atmcnt Plant. All personncl must bc in company vchicics. During working hours, contractor cmployccs must not have thc designated con „truction area nor wander through any buildings othcr than for rcquircd work or a., dircctcd by City Watcr • 4 e. w Any work to thc computer -based monitoring and control system must bc performcd only by qualified technical and supervisory personncl, as determined by meeting the qualifications 1 thru 9 below. This work includes, but is not limited to, modifi ati-ens, actions, changes, selections, furnishing, installing, connecting, hardware and /or softwarc spccificd or required by thooc specifications. The Contractor or his subcontractor proposing to perform thc SCADA work must bc able to demonstrate thc following. business, preferably as applied to thc municipal water and wastewater industry. 2.Hc has performcd work on systems of comparable sisc, type, and complexity a:, rcquircd in this Contract on at least three prior projccts. yclars . 1.Hc employs a Rcgintcrcd Professional Enginccr, a Control Systems Engineer, or an Electrical Engineer to supervise er perfe*m the work required by thcac spccifioations. 5.He employs personncl on this Project who have successfully completed a manufacturer's training course in configuring and implementing the 3pccifio milts of thc Projcct site to maintain, repair, calibrate, and program the 3yotcros specified herein. 7. He shall furnish equipment which. is thc product of one mama maximum practical extent. Whcrc this i3 not practical, all equipment of a given type will be thc product of one manufacturer. H. Prior perfe ce-at the A. N. Stevens Water Tr-ea crrt Plant will bc uscd in to the. Projcct. City SCADA system. Attachcd is an example of the requircd-programming block:, which thc City requires to bc filled in and given to the City Engineer with all all programming blocks uscd. L. Trenching Rcquircmcnta Section A - SP (Revised 12/15/04) Page 22 of 28 111 trenching for this Projcct at thc O. N. Stevens- W,aterTr-. - afli m lbe obstructions.. o trenching machines shall be allowed on thc Project. A -36 Other Submittals (Revised 9/18/00) 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. 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 Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g• Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may be detrimental to the successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by the City Engineer and clearly identify all changes made since previous submittal. j• Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and Repair Report: When specified in the Standard or Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the Project. Section A - SP (Revised 12/15/04) Paae 23 of 28 A -37 Amended "Arrangement and Charge for Water furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -15 "Arrangement and Charge for Water Furnished by the City ", add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan "). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre - construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Notice to Contractors -B" are incorporated by reference in this Special Provision. A -39 Certificate of Occupancy and Final Acceptance (NOT USED) A -40 Amendment to Section B -8 -6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B-8-6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A -42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City - related projects and /or jobs. A -43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts ", Section B -6 -21 "Indemnification and Hold Harmless ", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability Section A - SP (Revised 12/15/04) Page 24 of 28 r? r , 1 whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." A -44 Change Orders (4/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A -45 As-Built Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: a. Horizontal and vertical dimensions due to substitutions /field changes. b. Changes in equipment and dimensions due to substitutions. c. "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. A -46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. The Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A -47 Pre - Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet (20') of proposed pipelines of the Project, and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the Project, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet O.C. maximum intervals. The Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Section A - SP (Revised 12 /15/04) Page 25 of 28 Section A — SP Page 30 of 22 (Revised 9 /18 /00) 3/8" r (O +' x c e CD N N .� 3/8" J V"} 0 I'' Q M 0 o I CC Zo CL k IN N 1 1/2" 1' -2 1/8" u) to 4' -0" 1' -10 1/2" 2' -0" 2' -O" ATTACHMENT 1 a+w•t ►ool\rrxs\soor wroe1,233o lUmoiVH MB= compunatinan•-our FXLMALSBEAXMlindeMiZENThnidaki LICTOBOU 21 1996 31.413 Y Sgrog 11094walifs litlp in op cameo SlEt Ur* esta RA, 19..a• Waft MOO 00.00 00.0) 00.01 OR 91) Stth•Totatilen Merellim101903 Mao NM' haw: 1_-- Sall:W Bigh lissur; 3db-Tosi) atm Via lea= 9_ Sub-1351al Boat how S. am OhlitensgS Attachment IT Page 1 of 1 PART C FEDERAL WAGE RATES AND REQUIREMENTS General Decision Number: T070039 02/09/2007 TX39 Superseded General Decision Number: 720030039 State: Texas Construction Types: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/09/2007 SUT I9 7 -001 12/01/1987 Rates Carpenter (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 Electrician $ 13.37 Laborers: Common $ 5.64 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests 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, I.W. Washington, DC 20210 2. If the answer to the question in I.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 FR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. za= END OF GENERAL DECISION Page 1 of General Decision Number: TX070122 02/09/2007 TX122 Superseded General Decision lumber: TX20030122 State: Texas Construction Types: Heavy and Highway Counties: Nuec s , San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Modification Number Publication Date 0 02/09/2007 StPT # 05 --007 11/09/2004 Rates Fringes Asphalt Distributor Operator$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker $ 9.36 0.00 Bulldozer operator $ 10.90 0.00 Carpenter .... $ 10.71 0.00 Concrete Finisher, Paving $ 12.18 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber $ 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator 12.55 0.00 Flagger $ 7.17 0.00 Form Builder/Setter, Structures$ 11.47 0.00 Font Setter, Paving & Curb 9. 5 0.00 Foundation Drill Operator, Truck Mounted • • $ 15.32 0.00 Front End Loader Operator $ 10.05 0.00 Laborer, common $ 8.35 0.00 Laborer, Utility $ 9.09 0.00 Mechanic $ 13.17 0.00 Motor Grader Operator, Fine Grade . .. $ 13.78 0.00 Motor Grader Operator, Rough$ 15.00 0.00 Pip layer ..$ 9.00 0.00 Roller Operator, Pneumatic, Self-Propelled $ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping $ 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .. _ $ 0.00 Scraper Operator $ 9.67 0.00 Servicer $ 10.75 0.00 Structural Steel Worker $ 14.00 0.00 Truck driver, lowboy-Float$ 14.15 0.00 Truck driver, Single Axle, http://www.wdol.goviwdoliscafilesidavisbacon/TX122.dvb 5/18/2007 Page 2 of 3 Heavy $ 11.39 0.00 Truck driver, Single Axle, Light $ 9.00 0.00 Truck Driver, Tandem Axle, Semi-Trailer . $ 9.39 0.00 Welder $ 18.00 0.00 Work Zone Barricade Servicer$ 8.97 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 9 CFR 5.5(a) (1) (ii) ) In the listing above, the "S U" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the Matter? This can be: * an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests 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 http://www.wdoLgov/wdoliscafilesidavisbaconfIX122.dvb 5/18/2007 Page 3 of 3 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 ,_ W. Washington, DC 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, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Aeue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION htt : vww.wd 1. dol a l is i a on I`X 1 2.d 5/18/2007 AGREEMENT THE STATE OF TEXAS COUNTY OF NUECES • THIS AGREEMENT is entered into this 17TH day of JULY, 2007# by and between the CITY OF CORPUS CHRISTI o f the County f Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Cnran t_. LP ba Bay, Ltd. termed in the Contract Documents as "Contractor," upon these terms, per f orrabl e in Nueces County, Texas: In consideration of the payment of $1O,54O,64O75 by City and other obligations of City as set out herein. Contractor will construct a nd complete certain improvements described as follows CIMARRON BOULEVARD PHASE 1 SARATOGA TO YORKTOWN PROJECT NO. 6261 (TOTAL BASE SID: $1O,540,64075) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying services, labor and insurance as Documents, Documents including overseeing include this at their expense such materials, required by the attached Contract the entire job. The Contract Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 tN lNtL lNEB CIMARRON BOULEVARD PRASE SARATOGA TO YORKTOWN BASE 21 I PART A S TREET IMPROVEMENT ITZ PAGE 06/25 DESCRIPTION BO, 088 SY 59,177 SY ` 59,177 Y Street Excavation, complete in place, per Square Yard 12" Compacted Subgrade, complete in place, per ar.' Yard Geotaxtile Fabric (Geo rid) , co p Lete in place, per : r Yard A4 59,177 SY GAL 12" Crushed Limestone Flexible Bas (Ty. A, Gr. 1), cQmplete in place, per mare Yard ?rimer Coat (0.15 Gal S , com;r.ete in place, per Gallon 54,06s 3 a " HMAC Pavement (TYPE D) Y Surfelce Course, complete in plac , per xar Yard $____LLoot7_1 71,225 j " Concrete Sidewalk, in p,; a oe , � 8 mar � olte Per foot ________ 3267 SF Co cxete Curb Ramp, complete in place, per ifgT,Ire Foot S -F_L-y Byil, O�Y 9923 SF 6" Ccncrete Driveway, complete In place, per are o Unanticipated Dri rewa Removal, complete in place, erne Foot Unanticipated Sidewalk Removl, complete in place, per SgataEe Foot ee Adjusr. Existing Gas Valve to Finis:- Grade, complete in place, per Each I SE D ' ?OAL FORM PAGE 3 OF _12efel ele0 a-erer, er Addendum No. -1 Attachment No. 1 Page 3 of 1-1 1 1. r 11.1 PAGE 07/25 111 BID QTY ZEN UNIT DESCRIPTION UNIT PRICE IN FIGURES Adjust Existing Manhole to 'ln #. Grade, complete in plae, per Each elf_e_reet Pedestrian Guard Rail, complete in place, per Linear Foot Survey Monument, complete In place, per Each �-w Ozone Day, complete per sAy Ref1 ctive Pavement Marking TY 1 ) { R1 T , complete in placil, per Each Ref» ctiye Pavement Marking TY 1 ( (''ONLY' ), complete in place, per Each /LLeM: 3720 LF 2133 LF 1968 LF 10,222 LF 2760 L Refloctive Pavement Marking TY 1 (W)(4") (BR ) , complete in place), per Linear Foot Re le.ctive Pavement t Makin TY 7. ") ( LD) , complete place, per Linear n RefIcctive Pavement Marking complete in place, per Linear Foot Reflective Pavement Marking TY 1 (Y) (4") ( LD ), complete place, per Linear o n Reflective Pavement Markin g TY 1 (Y) 4" ( R ), complete pJ.ac, peg oat Lin n Linear i etc s-27/, 6 Lee2efef A24 A25 310 LF 623 Reflective Pa rem nt Marking TY 1 ( ) (2 ") ( D ), complete in place, per Linear ear o t Refle:tive Pavement Ia i a. TY 1 (W) (CR SSWAL 10 r Wide) , cclqte in place, per &.JearFo o fifee 5 MI em R V IS ', PROPOSAL FORM PAGE 4 OF 22 BID ITEM 120 LF LA213 A2 9 Reflective Pav i t Marking TY 3 )(24t )( LD) ( 1 complete in place, c r � t per Linear Foot zv MIT PRICE TR FIBS PAGE 08/25 v Reflective Pavement Marking TY 1 (W)(18")(51,09, complete in place, , per Linear ear Foot Ra. si #d Pavement Marker Type - (R fle tori e ) , complete in place, per Iach , Fes 70 EA 2 isiad Pavement Marker Type 1 T -A -A (Re t o or1 a .) , compete in place, per Each 10 EA Streqt Sign Assembly v,r H1a dt: (Greer) and SL' P Sign, complete in place, per Each 2431 30 EA NO PARKING Sign, p1acn, per Each A complete in A32 Speed Zone Sign, lac v, per Each complete in 16 A Other Regulatory Sign, complete in place, per Each '56 A31 2 Relocate Exiting SCHOOL ZONE Sign Assembly (Flashing), complete et in place, per Each $ € e 9466 Y Temperary Detour Road Widening, complete in place, per fgRaxe Yard A 4 EA Type III Permanent Barricade (8' Long) , complete in place, per Each REVI PROPOSAL it PAGE OF Gt�i�. cis Addendum No.. Attachment No. 1 ?age 5 of 22 tNiaiNtEHING PAGE @9/25 DEScRIPTION 'r lc Control, complete place, per u Unanticipated Traffic Allowance, ern control complete place, per iurn Sinn Traffic Signalization for roc Kamp o St./Cimarron Blvd. Intersection, complete in Place, per hum 56" W.. de x 18" High Reinforced Conn 7ete Retaining Curb (Locations to be the f gine r) , complete in placf!, per Linear Foot Pavenent Embankment Consisting of Ci4Iiche Base and Selected Sub grade Material Salvaged from Cimarron Boulevard Excavation, Street Lime Stabilized Subgrade, and Surface Treatment Maw southside Wire Station 4127) , complete in place, per 12 a � �c TOTAL ni,L'• PART A ( Items Al through A4 1 ) : q L� � 1. efei R VI SE D PROPOSAL FORM PAGE 6 OF uvaINLLNINU CIMARRON BOULEVARD PHASE 1 SARATOGA TO K Q N STORMHWATER IMPROVEMENTS X11 DESCRIPTION Seecing at Specified Areas, complete in place, Per ae a d 18" Dia, RCP (Clasp III) , complete in place. per Linear Foot 16 21" Dia. RCP (Class III) , LF complete in place, per A ear Foot 1207 LF 36 B7 B B 810 B11 812 1558 LF 2299 LF 24" Dia. RCP (Class III), omp.'.ete in place, per ;:rose' Foot 30" Dia. RCP (Class III) , o p..ete in place, per ,. /near Foot 36" Dia. RCS' (Clasp I1I ), comp; ee in place, per Linear Foot 989 42 Ed s. RCP (Class III), LF complete in place, per 11r2tILL Foot 529 48" Dia. RCP (Class III) , LF complete in place, per linear Foot 699 54" Cia. RCP (clasp III L p complete in ea r lace . per Lin .Fort 851 6'x 4' Reinforced Concrete LF Box, :° rplete in place, per Linear Foot 150 LF 380 LF T ' Reinforced Concrete Box, plete in place, per I Lr ear Foot I ' x 5' Reinforced Concrete Box, .*complete in place, per 1.:_n ear root AEVISED PROPOSAL FORM PAGE 7 OF 22 I UNIT PRICE IN FICURES 160 s _Le/1_64a. 23,e,14 Y7V, ird • 1/61 4•3 PAGE 10/25 ETD I T M XT N$ N (OTT x UNIT PRICE IN FIGURES) s �� /ry�cfd ,eles s // 1G.cYJ /1rf 29.ck1 $ ;r7dr-;',41e) ________ Jr-4 /20,60 Addendum No. Attachment No. 1 Page 7 of 1 OTT fi SIT 913 38 rd Curb Inlet, complete in place, per Each B14 Eli Special Curb Inlet, complete In place, per Each B15 25 EA 5' Inlet Extension, complete in place, per Each DESCRZPTION GI1 LI #E i PAGE 11/25 UNIT PRICE IN lCURE BI6 6 Sidewalk Drain, complete in EA place, per Each Bl 6" snot complete in place, per :. ar Foci 15, 317 LF 3 EA B19 B20 B23 1324 225 1 A 4 EA 4' .:_a . Concrete Story Water Manho1e (Type 'A'), com le in place, per Eacb Manhole 5' D:.a. Concrete Storm Water (Type 'AT), complete in peace, per Each 6' i a . Concrete Storm Water Manhcle (Type 'A'), om fete in pJace, per Each Concxete Storm Water Manhole (Type ' ') , complete lr lac per Each • Junction Box #2 ;4/Manhole Riser, complete in place, per Each Manhole 1 Riser, complete in place, per Each 20 15" Dia. Steel Spit CasinV, LP (Open Cut) , complete in per Linear Foot place, 100 14" �+� Die. Steel Split Cass 10 pe ♦� Cut , orrpl to place, per Linear Foot REVIStr) PROPOSAL L O M P-E 8 Off' 22 $ ebew e.) 2.12-f..66r _- Zie a fee, .?e, tie itede /1-ec,-14 ece 1 BID ITEM .1NW.INt j LN PAGE 12/25 QTY UNIT UNIT PRICZ IR FIGURES 1604 SY Con re t o Riprap, complete place, per mare Foot Pavement Repair (Brockhampton St.), complete in place, per oars ar l 1 6' Reinforced Concrete Box 450 Band, complete in p1ao2, per Each 6' lc 4' Reinforced Concrete Box 11W Bend, complete in p. c .1, per Each '. ow,t 1 e Fill for 15" R P, comp. -ete in place, per. p2bic Yard eres Copczete Headwall (Parallel) (06 Skew) , complete ire lace per :a , Modify Headwall for Existing (4) 8' x 4' R.C. Boxes m 1!te in place, per Each T 1e L .j ors Inspection of Encloi ;ed Stor ► Water Conduits ofltpi,?.t in place, per LLnear Foot 2141 Y 79 e • ert en•: Stabilized Sand Back .:.11, oom 1e a in place, per obi Yard REVISZO PROPOSAL FORM PAGE; 9 OP Z2 Addendum No. Attachment No. 1 Page 9 of 22 2 BID QT ITEM UNIT B41 242 E43 244 111 inescRIPTiozi LI' 1 N .t 1I II 1 Uti;ity Relocation for Storm LS a t E r, oor p, e e in p.c per 300 Unarticipated Curb & Gutter LE Rern v i, complete in place per Linear Foot 2909 LF 9698 LF 1 7.,S 86 LF Silt Fence for Storm Water Pollution Prevention, corn in place, per Linear Foot et ` en 7.h Safety for to Water, comp Lete in per F_ in ar Foot TrafZic Control, complete in placo, per Ism xn 2 BBL- 24" cia . R. c. Pipe Cu1v 'rt (Class Iv), Including Concrete Safety End Treatment and Minor Ditch RegrEldlnq Mew Southeide ' re Station #17), complete in placE, per Linear Foot 345 Story Water 1. Utility Allowance, om l et in place, LS per L u p Sum %I, BAD PART (Items REVISED PROPOSAL FORM PG 10 or 22 xV UNIT PRICE rm icuRE lErk /..e>--et9 PAGE 13/25 BID ;iEM EXTENSION (OTT X UNIT PRICE IN FIBS) 7 � On Z.-619 $___z_ti&6_,5 „FX‘To e/ 9 75'�d'•a� 4 000.00 Addendum No. 3 Attachment No . 1 Page 10 of 2 -'ACE 14/25 CIMARRON BOULEVARD SARATOGA TO YORXTOWN PART C : WATER DISTRIBUTION IMPROVEMENTS rv. SIT PRICE riN FIGURES 1 " C900 PVC (DR 18) Waterline, ' complete in place, per Linear F'oo t 3796 LF 8" C900. PVC (DR 18) Waterline, com;lete in place, per Linear Foot 147 1 ".7900 PVC (DR 1) LF Waterline, complete In place, per Linear Foot ___1FA.I. 6 ‘5,4? , eio ?7e, 7837 LF 2 1 #" Cate Valve and � Valve Bed, comp.iete in place, per Each 16" ' PVC (DR 18) Tate? liner complete in place, per ; -near Foot 6" Gate Valve and Valve Box, cm._et a in place, per Each 8" Cote Value and Valve Box, comp =•te in place, per Each AO- er 21 16" Fate Valve and Valve Boxy compJete in place, per Each 456 DI Bend, complete l place, per Each 8n 450 DI Bend, complete in place, per Each _ . ee 81! Illi° DI Bend, complete in place. per Each 12" 43° DI Bead, complete in place. per Each 2 ER e) 20 EA 16" 45° DI Bead, complete i place; per Each RENTED oSL FORM PAGE 11 OF 27, er- etei .Addendum No Att2chment No. 1 Page 11 of 22 Bib TEM C14 C15 16 C17 C18 C19 mnuiNt.t.MINU xrz DE$CRIPTION 2 EA pial:e, 16' N° DI Bend, compiete in per Each 4 EA 5 EA in la e, per Each 16" 1IQ DI Bend, complete in place, per Each " 7 le -I onx e t i t complete 5 EA 4 1 EA 8" Tie -In /Connection, complete in place, pax Each 12" 'i ' Ifl /Connection, complete in place, per Each complete in place, per niLach C20 10 Wate .:- Service place, per Each C21 C22 C4 C25 1 EA 5 EA 12" • " DI Tee, place:, per Each 16 "r E 8" DI Tee, pl act:, per Each 5 EA 16" ' 8" DI place per Each 3 EA 2 EA complete in oo•let in complete in 16" y 12" DI Reducer, complete in place, per Each 16" x 16" DI Tee, complete in place, per Each 16" 34 12" DI Cross, complete i place, a Each p REVLSED POLL Form 'AGE 12 QF 22 ,ele5 PAGE 15/25 IIIIIIIIIIIIIIIIIIIIIII BID ISM EXTENSION (OTT X UNIT PRIG' IN FIGURES) /el )(75 _44 40 2.e5 e-sveY elier -61 e) s_ /APA et) Addendum o . Attachment No. 1 Page 22 of 22 DESCRIPTION coval.Nt.C.NINU PAGE 16/25 1 EA LF EA 2 EIS 160 SF 12,905 LF 1 LS 20" x 16" Tapping Sleeve, complete in place, per Each 30" Dia . Steel Casing corm �l- to in lace { per Linear foot 30.E Diar. Steel Casing Cut), cpleta (Open per Lire t � pie, 2" Air Release Valve w/5' place i e r las Mar ole (Type 1), , complete in , per Each Fire Hydrant Assembly (T pq 1), complete in lac per sac r Fire Hydrant Assembly (Typo 2), complete to in place, per Each AdjuEt Existing � to 'ini:- ad Water r , ale , complete in place, per Each Remove & Replace Concrete Sidewalk, complete in Per trr ot place, Cement Stabilized Sand Sackfill, complete in per bi Yard place, Trend Safety for Waterlines, compl?.te in place, per Linear Foot Tra ` c: Control, complete place. per L in Water Utility Allowance, orrl1te in place, per LIgE2Ala DOTAL BID PART C (items Cl through C38) : REVISIT.D PROPOSAL FORM PAGE 13 OF 22 25,000.00 Addendum No. 3 Attachment No. 1 Page 13 oiC 22 CIMARRON BOULEVARD PHASE 1 SARATOGA TO YORKTOWN PART D: WAgTEWATER (SANITARY SEWER ) IMPROVEMENTS BID QTY G ITEM UNIT zrr DESCRZPTION ITT PAGE 17/25 UNIT PRIM IN FIBS 8925 10, 4 LE' 2679 LF 1 EA 8" Dia. PVC Sanitary Sew Gravity Line (14'-16' r complete in place , , per Iinr 0t 100 Dia . PVC Sanitary Sewer Gravity Line (12'-14' complete in place per L. , Foot 12" ; i a - PVC Sanitary Sewer wrap I. et in place, t per = :a 'lean Font 15" Di a. PVC Sanitary in place, per Linear Foot 16" Di a . (DR 25 PVC) Sanitary Sewer Effluent L.ri in p3 ace, x� Linear completes � Foot 18.E Li a. (Did 25 PVC) a Sewe Force air �t�r, place, per Linear Foot 24" Cis. MR 25 PVC) Sanitary Svr Force Main, complete in Pica per Linear Foot 8" Tie-in/Connection (Gravity) , complete ire l per Each p , 1" T._e}- innneotion ( r v..ty) , complete in per Ear place, 12" ` .e -ire am do (G a r:,ty) , complete ire per A c place, 15" Ti a -in Co nr tior (Gravity), rmpl. to i 1 peg` Ea ale €5 eel rt� E ISED PRO POZAL FORM PAM: 14 OF 22 zxr PAGE 18/25 BID QTY ITEM WIT zv Est 1 EA DESCRIPTION 16" Tie-in/Connection ( f :1u n ) , complete in per Each place, UNIT PRICE IN FIGURES 18" Tie-In/Connection per complete n place, 24" T1 - i Co ne ct ion o F Hair), tom � a Clete in place, per Each Tie-in to Existing Manhole (Gravity), complete l per Each place, K06 ere 6' Dia. Type A Manhole Dept l) 1" � complete in plac.?, per Each MR Extra Depth for ' Dia. e (Over ' Depth) (18" p ort►p..t�+ n place �� , per Vert :.cal. Foot 18" Dia. . Drop Connection Assembly (18" FM) , complete lc•, per Each in 16" 45* DI Bend (Effluent) complete in ' place, per Each ___IeVeireie 16" 11 ° DI Bend (Effluent), complete An place, per Each 1J21 D22 D23 D24 2 E 16" DI Tee (Effluent), complete in place, per Each rt f" 5 9 DI Bend Force a in c pl place •ate in r place, per Each 18" 1:24° D I Bead (Forc co plots In place, Main), per Ench 24" C.° DI Bend (Fo ' e ,1 oox�p�.k � �. �ir� place, t p+r� Each 24" 2;41° DI Bead ( Force comp/ to in place, per Each /5#d�-€e;7 $ 2Y Feter;ee /3,29; 6e56 #e)(7 /644;eie $ _7411. e7 5;:rel,e5e) 9aller ere _66 REVISED PROPOSAL FORM PAGE f off' I� i QTY 74-1— UNIT DESCRIPTION PAGE 19 UNIT PRICE EN P GURE 205 LF 120 LF 029 D D31 D32 ?_(}5 LF 24" P1 u (Force in irk .� t in � —. — ". 30" Steel Casing (Bore) ) , complete in place, per L rips r_ Toot 30" Steel Casing Opera Cut) r Effluent) , complete } place, per plete i �� Food g_E $ 7 e ern 30" Steel Casing (Bore) (18" Foos Main)/ complete in place, peg: Linear Foot 30" Steel Cin (18" Force open Cut) in Main), complete plats, per Linear Foot 36" 3 teel Casing (Bore) (24" Force Main), ) , complete in per Foot 2" :. ri Release Valve w/ 5' Dia. Fibarglass Manhole ('yp ! 1) (24" Force Main), complete ill lace per Each 2" Air Release Valve D a. Fiberglass Manhole (Type 2) (18" Force Main), complete i place per Each Cement Stabilized Sand Back iU1 for Sanitary Sewer, complete in place, per Cubic Yard D33 6 E 7923 Y 21,435 F 38P9 $ r r o:1 Safety for Sanitary Sewer. complete ,in lace Linea:? Foot per $ 3FAPree atrem mt Repair for Sanitary Sewer, complete in place Agmmp Yard per D37 Removt and Replace Concrete Curb Gutter for Sewer, came Sanitary i place, per Linear Foot REVISED PROPOSAL FORM PAGE 1 or 2 wry t i P N PAGE 20/25 UNIT PRICE IN I LA Remove and Replace Concrete Sidutwalk for Sanitary Sewer, complete in place per Square Foot rain Control for Sanitary Sewer, complete ire Per Utility Allowance for sanitary Sewer, complete in ace g. pe I�' TOTAL BT PART (Items $1 /Odtl.cd through RE IS ; :p PROPOSAL FORM PAGE 17 OF 22. 40,000.00 S 4.00 1 Acdatedum No. Attachment m No. 1 Page 17 of 22 JNi.lItll#7 CIMARRON BOULEVARD SARATOGA TO YORKTOWN MnzTrvE ,d,LTIDAsE Na. PART E: TRAFFIC SIGNALI7,ATx4N IMPROVEMENTS i DESCRIPTION 4" pia. P' (h.4 374 Electrical Condu,tt complete in place, per Linear Foot anda..e for Lighting Conduit L comp fete ire lac , per Cach 7515 L 9 Eiecl:rical Conduit for Future 1.1. s, complete it place, Per )dnear 'oo . B ndF.oie for 14.1.s Conduit, compJete in place, f e Each PAGE 21/25 cod TOTAL ADDITIVE AT,TERNATE mil PART E (Items El through E REVISED PROPOSAL FtORM 'AGE 18 OE' CIMARRON SOUL, SARA TOGA TO KT tP N BID SUMMARY TOTAL - BASE BID BASE AID - - DESCRrPTION Total Ald Part A Items Al through A41 Total Bid Part 8 Items B1 through B45 Total Bid Part C Items CI through C38 Total Bid Part D Items DI through D40 TOTAL RASE BID Marts A, Elf C and D) : TOTAL - AI ALTERNATE PAGE 22/25 $ e_e,_If4, jzzffol . is_.,,fyLf___41 $ / /6 169 _e_alLAI TOTAL ADZ TIla REVISED PROPOSAL Form PAGE 19 OF 22 Addendum No. Attachment N. 1 Page 19 of 22 The Contractor will commence work within ten (10) a 1 ndar days from date they receive written work order and will complete same within 730 CAL /MAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents, City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST City Secretary APPR• ' D AS TO - LE By:4 Asst. Ci y Attor ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) SY COUNCIL ALITHOKILL. suivroww SEE W CI Y OF CORPUS CHRISTI By:\ Ronald F, Massey. Asst. City Mgr. of Public Works and Utilities : Angel ' . Escobar, P.E. Dire • r of Engineering Services CONTRACTOR Herd Contracting, LP dba Ha Ltd. By: Title: r, ' FNA P.O. BOX 9908 (Address) CORPUS CHRISTI, TX 78469 (City) (State) (ZIP) 361/299 -3721 * 361/289 -2304 (Phone) (Fax) Agreement Page 2 of 2 • SPEC7AI, KEETThiG OF MANAGERS .BERRY OpERA'T]N G C OI�PANY, LLC Janmary 8, ?ppa; • • pqrty Op ng: Copapanyj.,1,Q,.gpneral partner c5f eFry Chira c fl g UaTtin, , dba Ltd. o special taeeting this day off January oq. Edward President,•pr.esided " C r att a:d oa �r� e�� �a�c� - ray . � - r+ i o .oti e- o call a o . �e� .� � - . * �•� �� said .� �. . gn. oWa d K.o 'ar, D. W. T3 pliy had b- en •i Pivisian MaitOger � �. � ..: y ixaon He further said .. Ihis-meeting 4ncitp name e.zadzals autliplipd to act for a.d- oecon with maters relate the i y. and � - � ... .. � � ��� o �- �a�e, - �xz`r.xc� .�, cda�a� u ' � � � - .. , � n i gove� rjf e tttxe and' ' y -+ ooh � 041pqv;terpisl..-to . . �. xx dx� . b o act �- ate.. �. � a a � - � . y td. as fo mfg .a .d i o .. $. � offers .pr other a. raa em e s .... . . xx n. aril - i i xs; b. =. i. .x off` +� s � i -- coca.' .� �- �;. K. s. L . W Dem,. Bftry Ethcraid i • • . Prp4ident • Vipe..PTesicletit ' Vic e s ��dnt Vice - `es t - .. Vice - e8i .t • • ..- ..:Sp g1 .. Vice ItOdent kURTB:thIREgoli,V-EID: that in. tile ev6zi.t.D.,•37V. Be as ut6..vailable; W.. kip. 1.4AtZ-i;A: grO:gpp:cetiTd t on ce , bonds, .d , ffei or of titl, �: , { or ' z �e s off` a as. the needs. . o Ltd may require, herd ra . 'slid:, a.cf . FURTBER :L..ESOLVED.thatron,Lelatz, .g Manager and James Wriht, - ��tx-ae Manager ' T � i r ax'o - cci oxn over d to act for and on bpYaif Of a -d ��o � r �ro- • . oa To the Texas Deplartraent Of Tr orta on ", FURTHER RESOLVED that the Sec retary-Treasurer ��eaox c and is excin authorized and decd to furDish a c � " � d copy arc' to any interested partfes N6i1). the. knowledge that such pales sill rely upon. same until aetual recpipt ':written woe of change, d l etion, .oc�ea o `� oeat.on o such a . o - r. ' • ` or Appfo ed Correct: - dward A .t: a. attin, Presi,d4t & CE ' �i Y F+ t'. �' �'-X� ='rte�- y�Sy.>�;`.w• Y 4 #- •' / +• -'�.' ,i ?� #:r+.y+. -`rte ■ • • # :+• -' i ' a J ++ rte' +--.�x jvt sip -� - +'try ••;c•� +� �l�:S�k.'��� Ceilificatipri ofSQOretazy .... ty Secretary o ear Operaftitg �.fio �.� � a� above are r, r �o�a of the � r SrY+ &tidal gees o Qr-af �o, �� r' ��1 �� � . , .. , LP a... ay L, d. 4o1 . . as e she -1 • such . - v4idly adopted 'at the " Man.ag r : ee at 4re-Ot . i , 1ution i a.: . � • r 1 o .. -aud - � + . . + ��. pro�r �d this day o Sa 2092 + • o -R a Rea t, S dcra F #. + +� }� - • Di i I : K113 82b31302 ENGINEERING P R O P O S A L FOR CIMARRON BOULEVARD PHASE 1 SARATOGA TO YORKTOWN PROJECT NO. 6262 DEPARTMENT ENT ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS MvI S ED PROPOSAL FORM P CF! 1 OF PAGE eaf25 ext!D L-411' Addendum . Attachznent No. . 1 Page 1 of 22 . .� 04000UL ENGINEERING P R O P O S A L PAGE 05/25 Place: 1. 4' Date: __6/ a � Proposal of ,����1?/�' � ae,leAu;!' //ifL> a Corporation organized and existing under the laws of the State of OR a Partnership or individual TO: The City of Corpus Christi, Gentlemen: .The undorsigned hereby proposes to furnish all labor and materials, tools, and necessary required for: CIMARRON BOULEVARD PRASE 1 S RA OGA TO YORK TOWN ; PROJECT Nom. 6261 at the locations set out by the plans and specifications and in strict accordance with tho contract lm E PROPOSAL F'ORM PAW: : OF Addendum N Attachment No. 1 Page 2 of LiNmiNELKINU CIMARRON BOULEVARD PHASE SARATOGA TO F T 1 PART : STREET IbTPROVEM TS QTY UNIT 59,177 SY 5 A6 A7 8877 SAL 54,065 SY 71,225 F 300 SF I DESCRIPTION BASE air) St `f -et Excavation, complete in place, per $ware Yard 12" Compacted Subg - de , complete in place, per pquare Yard UNIT PRICE ZN FIGURES PAGE 06/25 v BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGS) Geotaxtile Fabric ( eo rid) , oom Le e in place, per Igas.Ile Yard des 1" :=rushed Limestone Flexible Base (Ty. A, Gr. 1 ) , complete in place, per §spare Yard Prima Coat (0.15 Gal /SY) , compete in place, per Gallon 3 2/2" MA Pavement (TYPE D) Surfhce Course, complete in p1ac, per Square Yard AreleT 4" Concrete Sidewalk, complete in pace, per 2q1,12Ee Foot orici ete Curb Ramp, complete in place, per Foot 6" CcTicrete Driveway, complete in place, per Square Foot Unanticipated Drlveway Removal, complete in place, per SatItEe Foot 100 nat iipaed Sidewalk F Remov91, complete in place, per sq2,AER Fob 1 EA. ds: Existing Gas Valve to 'iriis'a Grade, complete in place. per Each REVISED PROPOSAL, FORM PAGE 3 OF Addend No.-7-7 Attachment No. 1 Pace 3 of 22 PAGE 7 ID QTY ITKM UNIT UNIT PRICE IN PIGURES 18 Adjilst Existing Manhole to EA Fim.sh Grade, complete in place, per Each Pedestrian Guard Rail, LF complete in place, fper Linear Foot Survey Monument, complete ln place, per Each Ozone Day, complete per D 60 EA E Reflactive Pavement Marking TY 1 (W} ( RR T } , complete i 1 QTY UNIT T DESCRIPTXON A26 n a t i v Pavement a reatent ark .r LP TY ] 07)(24") (SLD) (GORE), complete .r l per Liner � cep •_ t A27 A28 A29 1 A3Q 120 Reflective Pavement Marking LF TY 1 (W) (18tr) (SL1) , o I in place, per Linear Foot ego 298 Raised Pavement Marker EA Type I' R fle torj d) , complete in place, per Each 702 Raisead Pave eni Marker Type I l- 1 -A Re le t ri zed. m .'- t in place, e -�� r Zach T17 UNIT PRICE IN FIGURES dei 10 Street Sign Assembly w/ 9" EA P1ados (Green) ) and STOP $ign, complete in place. e p Each A31 30 NO EA PARKING Sign, complete in pI a+cn, per Each A32 15 Speed Zone Sign co EA mplete in place, per Each A33 16 other Regulatory cor�p,� et in place, per Each A34 A35 2 9466 S 4 EA R1o•ate Existing SCHOOL ZONE Sign Assembly (Flashing) , Ompiete in place, Each 'emp racy Detour Road Widening, or ple to in place, Per 5.2111E.S_Ilai HAUL 08/25 RID ITS EXTENSION writ x UNXT PRICE IN FZ UM f7� $ S___g.s� _a_G� ..?e5e5 Type III Permanent Barricade (8' Long), complete in p1a ce per Each e led% Af,e6 PROPOSAL i OM PAGE 5 OF 3/6 de, PAGE o9/25 DESCRIPTION Traffic Control,, oo . ', per u Clete t unanticipated Traffic Allowance, Control complete in place, per Lump- um LS 200 LF A41 2693 SY Train Slgnalxzatio- r Zoo ampto n St./Cimarro Blvd. Intersection, o0 nlp.ete in place, er n u 6" W..de x 18" High Reis oRetaining � ~eke Reinforced Curb (Loc t for s to be de term the n eer end by la � � complete ire ��t der Linear Foot vex en t Embankment Consisting of i.; l j e Base and Su�l��•a�r� atria Selected from Cimarron Bou1e a d Excavation, " Lime . � ��t a Subgl.ade, and Surface Treatment Mw Southside Station complete j Place, per t9.1.4b2a_Ittril $ 2eVr* TOTAL HIS PART A ( Items Al through A41) : 14 .C.Fg irg. ________ RM. SD PROPOSAL FOAM PAGE 6 OF 22 CIMARRON BOULEVARD SARATOGA TO YORKTOWN PART Tom WAR IMPROVEMENTS PAGE 10/25 DEsCRIPTION 15, SY 919 Seecing at Specified c mmle a in Lac , Areas, per care Yard' 18" Dia. RCP (Clasp III), LF complete in place, per Linear Foot 3 LF 1207 L 1558 LF 2299 LF 989 LF 21" Dia. RCP (Class III) , complete in place, per nr.dnear Foot 24" Dia. RCP (Class III), comp.',ete in place, per ;i:r1QL_x22t 30ff D is . RCP (Class III), cornp:.t In place, per Linear Foot 36ff DDia. RCP (Class III), comp;ete in place, per Linear Foot �rt 42" Ed a. RCP (Class III), complete in place, per I inea Foot eV-; � s zin�; 529 48" Dia. RCP (Class III), LF complete in place, per Linear Foot 699 LF 851 F 54" N .a. RCP (Class III), complete in place, Per Linear Foot 6'x 4' Reinforced Concrete Box, :OXnpJ.ete in place, Per Linear root 15Q Vz 5' Reinforced Concrete LF' Box, o p1ete in place, Per L hear Foot 380 LF 10 r 5' Reinforced Concrete Box, i= mplete in place, per nee r Foot S_ .2.Pese-eic E I E D PROPOSAL Fo Ftti PAGE 7 OF El ID TEM B1 B14 T UNIT 38 EA 5 DzsdannioN 5' £ to da d Curb Inlet, complete in place, per Each Special cal turb Inlet, complete in place, per Each B15 25 5' Inlet EA Extension, complete in place, per Each 216 B17 1118 $19 B20 EA Sidewalk Dra ix , complete lac. per Each 15,317 LF 3 EA 9. EA 6" C noete Curb & Gutter, complete in place, per :Lear Foot 4' D.:_a . Concrete Storm Water Manhole (Type 'A'), compl to in place, per Each 5' ] :.a. Concrete Storm Water Manhole (Type 'A'), complete in p=•ac , per Each 1 6' Dia. Concrete Storm Water EA nhc.le (Type 'A'), complete in ;dace, per Each B1 14 Coee Storm Water EA. (Type ' E') , complete in place, per Each 1322 B23 Bz5 1 EA 4 EA .0 E 100 LF Junction Box #1 w lanh le Riser, complete in place, per Each Manhole Riser, complete in place, per Each 15" is . Steel Split Cas n (open cut), complete e e in peri.►ea Foot place, 14" DL. Steel Split Casing, (Open Cut) , complete in place, per Linear Foot p REVI sr) PROPOSAL FORM PAGE 8 OF Iv PAGE 11/25 $ P7eferei.ero fee, j70.- ee $ _2tyiLit� .?eFeceace-zei Addendum No. 3 Attachment No. 1 Page 8 of 22 1 -AGE 12/25 1i BID QTY & ITEM UNIT B26 B27 2* 8 3 S F DESCRIPTION Concrete Riprap, complete jn place, per F0 t Pavement Repair (Broekhampton St.), complete in lac per §care Yard 1604 SY • 10,x 6' Reinforced Concrete Box 45° Bend, complete in place, per Each 6' x ' Reinforced Concrete Boy: L1W Bead, complete in •p .a c?, per Each `2ow4bla Fill for 15" RcP, comp_ete in place, per ,:r c Yard Plug Abandoned " RCP, oom7:.ete in place, per Each 54" k..CID Plug, complete in plat. , per Each cone/etc Peadwall (Parallel) (0° Skew), o rp .ete it lac per E c] place, Pedestrian Guard Rail, complete in place, per linear Foot 76.0,,ee efcefeere-0 Je-2k1,1 en1-2, 66r,ez5 1 EA 9698 LF Modify Headwall for Existing (4) 8 P x 4' F. C. Boxes ' com lmte in lace r per Each Convert Manhole to Junction Box, complete in place, per Each Television Inspection of nclo- e j Storm Water Conduit compl.Nte in placQ, per Linear Foot Cemen.: Stabilized sand BackZ.L11, complete in pace, per Cfb i o Yard ‘3-cA.4 2141 CY 772: evr 1-e7O. REVI$OD PROPOSAL FORM G i' 1 zI BID ITEM B40 1 242 den :11 Safety oo � e for Sty' ate p ,to in place, .. per •4,.tfe r Foot Ix ' DESCRIPTION 1 Utiity Relocation for Storm 4 t ' , o �pl.ete iri derma �e 300 Unarticipated Curb & Gott LF e i Gutter complete in plaice, per Linear Foot Silt Fence for Storm Water PollItion Prevention, compiete per Linear Foot 2909 LF B3 9696 LF 1 LAS Trafac Control, complete in pJ a 9 , per Lump Sum 2 BBB,- 24" Dia, R.C. Pipe ICUIVErt I ), Including eirfoxoe d Concrete 86 Safety End LF Treatment t and Minor r Ditch Regradimg Mem Southeide Fire Station #17), complete in place, per Linear of B45 trr Water Utility Allowance, complete in place, LS per rpm, Sum UNIT PRICE IN FIGURE PAGE 1 BID ITEM EXTENSION IT X UNIT PRICE IN U On ',Oen 4,000,00 TOTAL BID PART 13 (Items 131 through B45) 1 ED EROPo AL FO ,R fi PAGE 10 Of 2 Addendum No. Attachment No, 1 Ea a 10 of 22 rAL.IL 1 CIMARRON BOULEVAR.D SARATOGA TO YORKTOWN WART WATER D IS Tz N IMPROVEMENTS DE$CRIPTIOX UNIT PRICE TX FIGORES 8" C9010. PVC (DR 18) Ta er1 i 1 to in .t , per Linea For t •— 3e; e0 /376 ,a6 ___ ck) l ,f Cote Valve and EA Valve Box, comp-.eta in place, per Each 16" Cate Valve EA 12" Oate Valve and Valve Box, coropete in pZace, per Each 6" Gate Valve and Valve Box o ..ete in place, per Each • and Valve Box, EA co) a to in l ace, per Each 10 EA 17 E " 4!* DI Bend, complete in place, per Each " l Bead, complete in place, per Each 2 8" 111* DI Bend, complete in place. per Each C12 [1E13 20 Ep, 2 EA complete in Each Ell EA. 16" 45° DI Bend, complete In place, per Each RF; IS D PROPOSAL T'RJ PAGE 1 OF . crt I e1f) _zzfer- 44- 111 PAGE 15/25 QTY r UNIT DESCRIPTION UNIT PRICE IN FIBS 2 164 22,4° DI Bend, complete EA p 1 # # per Each E a , 4 16" 114-0 Bend, complete EA pc7e, per Each. 5 EA in Place, per Each complete C19 12" Tie-In/Connection, complete in place, per Each 12" 'plug, complete in place, per :Each 12" ;c " DI Tee placH, per Each 16" r " DI Tee plac4, per Each complete ln complete in C25 5 EA 3 E 2 EA 1' EA 16" ): DI Wye, place, per Eactt complete in 16" y 12" DI Reducer, in place, per Each complete 16" x 16" DI Tee, complete place, per Each in 16" x 12" DI Cross, complete in place, per Each PROPOSAL FORM PAGE 12 OF Addendum No. Attachment No. : eie 11 C27 1 A insCRIPTIoN 20" 16" Tapping l complete in place, per C28 LF 122 yam " pia. Steel Casing (Bore) , It in place, per Linear Foot PAGE 16/25 C29 C30 C3j C32 C33 C34 C36 C37 C38 LF 3 E EA 30" Dia. Stem, Casing Cut), ople in {Open per Linear Face of 2" Air Release Valve compLete in place, (Type � } Fire Rydrarit Assembly T pi 1), complete in p/ace, per +each 16 Fire Hydrant As emb2Ly EA (Typn 2), complete in lace per h p 2 EA UNIT PRICE IN rzam $.2221:662 Adjwt Existing Water Valve i i •h Grade, o to place;, per Each plet. ■4 4 & Replace Concrete 1C SF sidewalk, o p per r . et in place, 330 Cement Stabilized Sand cY We ill, complete in place per Yard , 12,905 LF 1 LS Trencil Safety for Waterlines, compl e i la per Liinear Foot 'rf,.c Control, complete in place. per auliElpmi Water Utility Allowance, compl(Ite in place, Per ,tcxr I1 $ /7 $1'21, 75-- 25,000.00 TOTAL HID PART C (Items Gl through C38) REVISZD PROPOSAL FORM PAGE 13 OF CIMARRQN BOULEVARD PHASE 1 SARATOGA TO YORKTQWN PART D: WASTEWATER (SANITARY SEWER) IMPROVEMENTS Iir 8925 LF PA QE 1 DESCRTPTION 8" Di a. PVC Sanitary complete ire place, Depth) per Linear Foot 1 D " Di a. PVC Sanitary Se Gravity L�. (12' (12'-14r war complete in pace per Gin ear Foot 12" Di a _ PVC Sanitary GravLty �,i. ( 1, � 1 ' war in � Depth), complete i place, per :iii near Foot 15" Di a. PVC Sanitary Gravity Line (�.4 '-�, Sewer Depth) comp:.ete Jr in paace , , Per 41.2221.Lfclot 1" Dia. aNR 25 PVC) San itary p Sewer Effluent Line, complete J awe peg ie Foot 18" Ed a. • D 25 PVC) ex oro Main, �t�x' per Linear Foot 24" Cia. (DR 25 PVC) Sari Sewer Force Main, earn place, in per Linear Foot 8" Ti.5- f Cor ]ectio (Gravity), Coy pl a it la per Each o 10" T, _ e -jn /Gonna tion (Grav_ty), complete in per Ench 12" TL -in onn oti r (G r v :,t , complete ire per a place, 15" Tie-in/Connection (Gravity), complete in per E o ZZeIe).� RE VI S EM PRO PriaAL FORM FAGS 1 4 OF L_D D19 2 b21 1 sin TE i D14 D1 D16 D17 018 D22 D23 D24 D 5 EA 1 E 9 VF E 2 EA 1 EA 27 EA Ix DESCRIPTION 161T Tie-in/Connection (EfUuent), compIete per Each pc 18" Tie-in/Connection In place, per Each 24" Tie-in/Connection ].�: ) �. oft (Force per Each Tie -in to Existing an o (Gravity), complete e per Each plete ire place, 6' Dia. Type A Manhole (0'-6' Dept I ) (18" � FM), complete in pl o.=" per Each • Extra Depth for 6" Di a, ME (Over ' Depth) (1 Type comp:sete in place, per Vert:seal Foot 18' D is . Drop Connection en' l (18" FM} , complete �n plant, per Each 16" 45" DI Bend (Effluent), complete in place, per Each 16" 114° DI Bend (Effluent), complete ��. plc Each 16" DE Tee (E 1 ent) , compiete in place, per Each 18" 45 Dl Bend (Force dace c1�1.� ire iai.x� ), , per Each 2 " 1:24° DI Bend (Force EA oomp1te in placer} per is r 1 EA 2 EA 24" !.° Dx Bend (Force Main), complete In place, per Each 24" 2;11° DI Beni o oi�tp/ t Bend ( Force Maim), place, per Each REVISED D PR'A,. FAR PAGE 1 5 OF UNIT PRICE rm FIGURES 41. 'Creleeei eie lee d //eV /311: $ 1641;€56 ;;-7701P11.4ei!, $'elrl.e) s .:5-3e0,6?; l'AUL 18125 S Y?c1 G!1 "lce-efrl-P e :2 $ � S fCtoKeri-i s_ _€2.4 2ce, 9a Addendum N. Attachment No. 1 Page 15 of BID Tx 026 D27 D28 D29 D30 D31 D32 D33 D34 D35 036 D37 41. QTY UNIT E 205 LF 120 L 205 LF 120 LF 156 LF 1 �A 6 EA 7923 cY 21,435 LF 3889 IIX DESCRIPTION comoiete in 24n Plug (Force Main), place, per Each 30" Steel Casing (Bore) (16" Effluent), complete in place, per Linear Foot 30" Steel Casing (Open (16r Effluent) complete in place, peg, Linear p1e � Foot 30" Steel Casing (Bore) (18" Force Main) / com le place, per Linear Foot to in 30" .steel Casing (18" Force Main), complete in placa, per Linear Foot 36" 3teel Casing (Bore) (24" Force Main), ) r Cmplte in per Linear Foot 2" 27L.r Release Valve Dia. Fiberglass Manhole (Type, 1) (24" Force Maim complete iplace, � per Each 2" Air Release Valve x D ibe is { g �a s Manhole 'yp 2 } (I Force Main complete in place, per Each Cement Stabilized Sand Ba k i l foz Sanitary Sewer, compliete in place, per Cubic Yard Tr ro.1 Safety for SanItary sewer. comp3.ete in Linea;; Foot place, a ?evem!t Repair for Sara ewe tary �aex rd tae, per 92 Remove and Replace Concrete LF Curb 6 Gutter for Sewer, Sanitary r in place, per Liner Boot REVISED POP AL FORM PAGE 16 OF 22 --a1 i*�.1 ZiT UNIT PRICE GLYRE 2 55ge-Ael $ iete-)e) as 2.2..{-etO S_JK#A5A1 F,et4 fitliyee 3eee Ze76 PAGE 19/25 IHIIIIIIIIIIIIIIIIIIIIII ip ZTEM EXT£N3xON (Orr x UNIT MICZ nsi FIGURES) ere.ee dit ees ek) =NINLLKINU PAGE 20/25 Remove and Replace Concrete Sichlwalk for a i tar we ' complete in per Square Foot Trarfic Control for a€ Sewer, Complete in place r Per -11111 r utility Allowance for Sanitary Sewer, Complete in lace Per 1 TOTAL 33170 PART D (items Di through. D40) : REVIS;ID PRO pO j i F Rm PAGE 17 OF 4, 000.00 LNuiNEERING CIMARRON BOULEVARD SARATOGA TO YORKTOWN ADDITIVE ALTERNATE rro. 1 PART E: TRAFFIC MOW SXGNALIZATtlaN DIPROVENSNTS rI DESCRIPTION Electrical 4" Eia. PVC ( c .4 L.�Y�t�. x� om ut fur elet in per Linear Foot Banchole for Lighting Lee place, Conduit, per Each 2" D_ a. a . PVC Elecl:rAcal Conduit for Future M.I.:` ;, complete in la per Linear Foot oe, Randl-.01e for M.I.S complete in nr��., place, per Each PAGE 21/25 fi:-0ef TOTAL ADDITIVE ALTERNATE Np.Z PART E (Items El through E4):$ �� J7.5716 REVISED PROPOSAL FORM PAGE 18 OF TOTAL - BASE BT EASE AID Total Bid Part Total Bid Part Total Bid Park Total Bid Part PAGE 22/25 CIMARRON BOULEVARD SARA TOGA TO RKT BID SUMMARY Items thous h Items 131 through B45 Items Cl through C38 Items I through D40 TOTAL BASE BID marts A, TOTAL - ADDITIV% ALTERNATE NO. TOTS ADDIT tErn PROPOSAL FOR PAGE 19 OF PAGE 23/25 The by declares that he has visited the site s, specifications documents work, and bid or id, that a the no representations d by the i are sre wan � but Est mates for the guidance w.)rk covered the Cont f pact Upon . ":iie �or of award f n , will within tin (10) days :ate the contract and ill deliver conk required) for t faithful performance nd a P Bond required) � payment a�� labor and m ` s t The b r attached to this proposal, in the i s bid, is t o e property of the City op sty amour the cc n bonds are not x e thereby, of des for the delay ap•par-E:Ekt--.4ew--1E4.44e Documents: The contract e bonds will be . p'pa r not ass than four counterpart (original signed) im The undersigned agrees to complete the work r the date designated Work �n ii j b llo for The undersigned r s s fur t declares n� s mateand do everything ::equired rials carry out above mentioned word by this proposal, � � � stmt accordance with the contract documents and the nt a :min thereto, or the sum or �s above set Receipt of forth. (addenda number) oe acknowledged the following (SEAL " if id der is a Corporation) MEE: Do not detach bid i'i l �, in ,��t .�r� from � papers. with attacbed paper's. Respectfully sub xital Name: i Zi By: ( 1GNATURE) Address: Cicio9, (Street) Or. .41 CA‘rtss X . g 4' (City) ( Ca q St at Telephone: (Zip) REVT ED PROPOSAL FORM PAGE 20 OP 22 (Rev.ited Ataguat 2000) PERFORMANCE B N D BOND NO. 929425321 STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF NUECE THAT Berr7 C n r i r s , LP _dba Bay, Ltd . of 1 UEC S County, Texas, hereinafter called "Principal", and SUS fP , a corporation organized under the laws of the State of _TT,r,r t 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", in the penal sum of TEN MILLION, FIVE HUNDRED FORTY THOUSAND, SIX HUNDRED FORTY AND 75/100010,540,640.75) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly Y these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 17TH of JULY, 20 07 , a copy of which is hereto attached and made a part hereof, for the construction of CIMARRON BOULEVARD PHASE 1 SARATOGA D Y R T T N PROJECT NO. 6261 (TOTAL BASE BID: $10,540,640.75) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in _4 copies, each one of which shall be deemed an original, this the 8TH day of G S T _. , 2007 PRINCIPAL AL BE** CONTRACTING ACTING , LP DMA. BAY LTD. B Y • �Kt „ ,A _k (Print Name & Title) ATTEST 'POI.,&\k_TitgArYvryia criatei&Tarnn'L ar' in 1 (Print Name) SURETY CONTINENTAL CASUALTY COMPANY By: Attorney -fact MARY ELLEN MOORS (Print Name) The Resident Agent of the Surety Nue es o n , Texas, for delivery of notice and service of process is: Agency: Contact Peso Address: Phone Neer: SWANTNER GORDON INSURANCE AGENCY MAR LLEN M : 7a4aa__________ (NOTE: Date of rf rrman Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 STATE OF TEXAS COUNTY OF NUECES P A Y M E N T BOND BOND NO. 929425321 KNOW ALL BY THESE PRESENTS: THAT Berry_ Contracting, Berry- LP db _Bay, Ltd . of N ]ECES County, Texas, hereinafter called "Principal", and _CONTINENTAL CASUALTY COivIPAN)C. a corporation organized under the laws of the State of ILLINOIS ► 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 ueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of TEN MILLION, _ FIVE HUNDRED FORTY THOUSAND, SIX HUNDRED FORTY AND 75/100010,540,640.75) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the city of Corpus Christi, dated the 17TH day JULY , 20_07 , a copy of which is hereto attached and made a part hereof, for the construction of: C IM RRON BOULEVARD PHASE 1 SARATOGA TO YORKTOWN PROJECT NO. 6261 (TOTAL BASE BID: $10,540,640.75) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be Trade, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided b y Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of AUGUST , 20 7 PRINCIPAL (Print Name & Title) ATTEST (PI Tilamlnyw j,ffi\WcL (Print Name) SURETY CONTINENTAL CASUALTY COMPANY By. • Attorne in-fact ELL i MOO (Print Name) The Resident gen of the Surety in Nueces County, Texas, devery of notice and service of process i Agency: Contact Person: Address: Phone Number: SWANTNER & GORDON INSURANCE AGENCY MARY ELLEN MOORS ox _ __ELEPus rpRTRTY, Tr .A 711401 (NOTE: Date of Payment Bond must not be prior to date of contract) Payment Bond Page 2 of 2 (Revised 9/02) for POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, an Illinois corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation (herein called "the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint R M Lee, Mary Ellen Moore, Leroy Rya, Kristi Roberts, Diann Eis nhau r, Individually of Corpus Christi, TX, their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 13th day of July, 2006. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Thomas P. Stillman • Senior Vice President State of Illinois, County of Cook, ss: On this 13th day of July, 2006, before me personally came Thomas P. Stillman to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, an Illinois corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ••••••••••••••••••••••• • "OFFICIAL SEAL' • • MARIA 1 . ME A • • • • Notary Public. Moto of Illinois • My Commission Expires 9/15 •••••••••••••••••••••• 1 My Commission Expires March 15, 2009 Maria M. Medina CERTIFICATE Notary Public 1, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois corporation, National Fire Insurance Company of Hartford, an Illinois corporation, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this Fl PH day Of Alla /siT , Form F6853-11/2001 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. ' . ika Cis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following -Law duly adopted by the Board of Directors of the Company. "Article IX -Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article V1-Execution of Obligations and Appointment of Attorney -In -Fact Section 2. Appointment of Attorney -in- fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth m their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17`}' day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article I1- Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President of any Executive or Senior Vice President may from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke.all power and authority previously given to any attorney -in- fact., This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(fl of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) stioutd be sent to: CNA Surety 33S South Wabash Chicago, IL 60804 Telephone: (312) 822 -5000 You may also.write to CNA Surety at P.O. Box 1Q68, Houston, Texas 77251 -7068. You may • contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1400-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104,. Austin, Texas 78714 -904, or fax 512.475-1771. PREMIUM OF CLAIM DISPUTES: Should you . have a dispute concerning your premium or about a claim you should contact the company first If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for inforrpation only and does not become a part or condition of the attached documents. '--"- $ 1 '� f CJ Cr f u :.JkO 8263802 ENGINEERING CITY OF CORPUS DISCLOSURE F I CHRISTI # Corpus Chrs O r i n n amended, requires all persons firms business with et to NAME: •r a r ♦ a • i ■ 1 4 + rot the following v r d. If the [ applicable, answer wi r PAGE 24/25 be10-3- �r: FIRM f: _1. Corporation - -- � . 2. Partnership 5. Other Owner If additional space is DISCLOSURE QUESTIONS :lry, please use the reverse side this page or attach sep 1. arate t sheet. Sfe the names each ply' of the it of Corpus Christi having an in the above named "ownership Name �teres# eortiu constituting o more the fir J013 Title and CI C 14Y• ..r1a+,* a < < . a O 1 1 + . . ` r . i ic(7/ r-re ZIP: 7 4. Association N� 2. the games °� �' rr of �� t of the City of r "ownership Interest" constituting Name the ownership in the b � ri � having r f Title 3. State the names of each "board member" of or more f the City of Corpus Chi• Name constituting 3% rrb in i ri �! tsb having "ownership interesr Board Commission or Committee /4/ . State the sms of each matter any related subject of "consultant" for the the oaf in the of #�� contract and h "ownership of Corpus Christi r Name by named = =fir��� ir��r #�� worked r? more of Consultant /1 CERTIFICATE correct as of the date this statement, �# b p�� th I have not withheld disclosure rvlf any information requested; that supplemental #a #at � Grp s Christi, Texas changes occur, t submitted Certifying Person: l, t the City , ci:; or prir_______Tii______% .________\-- e. Irk Z. Title: 5 4.1 ili*-% a I. r‘ Iv\ A . ignature of Certifying Person: PROPOSAL FoR M PAQF. 21 OF Date: /0-07 Addendum No. Attachment No. 1 Page 21 of } J '-t { . L1 #_1 f U2b3802 ENGINEERING PAGE 5 a. "Board IVIember. A DEFINITIONS ` Corpus Christi, Texas. � ofcrr, commission or committee City ty Corpus Christi, Texas, either on full or part f r basis, but rt an a independent contractor. c. "Firm"a Any entity operated for economic gain, whether professional, industrial or commercial d whether establish he} restelih produce r deal with product r service, including bu t not limited to, entities operated the sole proprietorship, self-employed person, partnership, company, joint € ur }QQ; Y�i or trust n purposes of taxation, are treat d, "Official', The Department end Mayor, Division berg #' the iCouncil, � �. a City Manager, De f and Municipal Court Judges �L1' t �t r Christi. rs Assistant . Managers, e. "Ownership Interest". Legal or equitable intere t, whether actually or �} such ���{��Y� held, r a firm, , is through a agent, trust, esta holding entity. held" rem � f. �o��� �r �}}�stabiis through voting special terms of venture or "Consultant". e s or firm, such as engineers r hi a hired the Pu'poe of professional consultation and recommendation. RIEVISED PROPOSAL FORM PAGE of Addendum To. Attachment No, 1 Page 22 of 4CORD. CERTIFICATEOFI NSURANCE P ID I' B i DATE (MN11DD1YY) 08L03/07 PRODUCER Swantner 5 Gordon Ins . Agcy -CC s 0 " Box 870 Corpus Christi TX 78403 -0870 Phone + 3 1 - 8 8 3 -1 11 ' x ■ 3 1-- 4 4 - 1 1 N THIS CERTIFICATE I8 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE i HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND R ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS EF AFFORDING DIN COVERAGE NAIC # INSURED Berry Contracting, LP dba Bay Ltd. P. O. Box 4858 Corpus Christi TX 78469 -4858 INSURER A: Zurich American Tres CO GENERAL LIABILITY INSURER B: Steadfast Insurance Co - - 05/20/07 INSURER —, INSURER D. - INSURER E: 4# 55 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, miff TYPE OF INSURANCE POLICY NUMBER DATE mown' - . " • 1 . DATE MM/O• DNY LIMITS + GENERAL LIABILITY +' L 988 I '7 - 05/20/07 Ir : Iw IM EACH OCCURRENCE 000, 000 COMMERCIAL GENERAL LIABILITY • • . ■,• • • *, III CLAIMS MADE I X OCCUR " orie person) • .. PERSONAL & ADV INJURY I • M + III 5,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X 28/: PRODUCTS - COMP/OP 000,000 + A AUTOMOBILE NI LIABILITY ANY . OWNED ALL AUTOS SCHEDULED AUTOS BA 88702- 7 1 !# / COMBINED accident) 1 000 000 BODILY INJURY (Per person) BODILY (Per accident) • !i • GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY • i I( EACH OCCURRENCE 000 x OCCUR 1 5,000,000 _ $ gi DEDUCTIBLE RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If es, describe under SI ECIAL MVulr IONS below WC3504558-06 TX/OS 05/20/07 05/20/08 X TORY LIMITS ER Et EACH ACCIDENT $ 1 000 , 000 ■ - • 000 IM ■ " • 000 1N 1 B OTHER Pollution CPL 33 13 -03 05/20/07 05/20/08 EachClaim 1,000,000 DESCRIPTION OF OPERATIONS !LOCATIONS 1 VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS See notepad for additional coverage information. Project: Cimarron Boulevard Phase 1 - Saratoga a to Yorktown Project No. 6261 Bay Job No. 51-0222 -- - ---- - -- - - - -- - -- -- -- CERTIFICATE HOLDER City of Corpus Christi P. O. Box 9277 Corpus Christi TX 78469 ACORD 25 (2001/08) CI CO-CC CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFO THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALI- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD CORPORATION 1988 Additional Insured as required by written insured contract in favor of Certificate Holder applicable to General Liability, Auto Liability & Umbrella policies. Waiver of Subrogation as required by written insured contract in favor the Certificate Holder applicable to workers Compensation, General Liability, Auto Liability & Umbrella policies. Work Comp Includes U L H, OCS and maritime at $1,000,000. General Liability is primary & non - contributory where required by written contract. the of ZURICHAMERICAN INSURANCE GROUP COMMERCIAL Il URA f LIABILITY INSURANCE COVERAGE CHANGE ENDORSEMENT Insurance for this coverage part provided by: ZURICH AMERICAN INSURANCE COMPANY This endorsement changes the policy. Please read it carefully, COMMERCIAL I RAL LIABILITY COVERAGE : PARS' ADDITIONAL ASSURED ENDORSEMENT IT IS UNDERSTOOD T AND AGREED THAT COVERAGE AS PROVIpED By THIS : POLICY IS T ND INCLUDE ADDITIONAL AtSUREDS AS REQUIRED BY WIVITEN CONTMCT EXECUTED BF..FORE LOSS REQUIRI140111E AssuREp TO AI N THIS AGREEMENT : M UN RWRJ ... S BUT ONLY IN PCT OF WOIUC - EI F RME BY - OR OR I§EHALF . OF THE NAMED ASSURED HEREUNDER. :: THIS POLICY =I PRIMARY Y. WITHOUT CONTRIBUTION WHERE 1 RE - TTEN CO TRACT. THIS ENDORSEMENT El' ]T SHALL NOT OPERATE TO .INCREASE THE LIMIT F _LIABILITY. • :Insured : .Berry Contracting, IP ciba Bay , Ltd. Tenn: -: Ma :- , 00i7 - 2008 298870D- 07 ADDMO A , INSURED This endorsement modifies insurance provided under following: J BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement chary 4 es the • olic a ffective on the inc Endorsement Effective May 20, .2007 Named Insure d Berry Contracting, LP dba Bay, Ltd. tion date of the . olic unless another date is indicated Policy Number below: Al 2 887 2 -07 01B Representative The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. Additional Insured: City of Corpus Christi Dept. Of Engineering crvices Attu: Contract Administrator � P. O. Box 9277 Corpus Christi, TI 78469 -9277 is insured, but only with respect to legal responsibility for under this policy. or acts or omissions of a peon for ho Liability • ty �rrae is The additional insured is not required to pay for any premiums n stated in the policy or earned from the policy. Any r e tu prerd and any dividend, if applicable, declared by shelf be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation days notice to the additional Insured, y to of this poiey, the cancellation by us, will give ten The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 018 ADDMONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 COMMERCIAL GENERAL LABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANQES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AI ENI MET T OF CA1 C LLA'IT 1 PROVISIONS OR CCERAG CHANGE' This endorsement modifies insurance. raided 'under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PRO VE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE IVE LIABILITY COVERAGE PART In the event of cancellation or material change at reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior .written notice of cancellation or material change t: SCHEDULE City of. Corpus Asti Dept. Cif Enginerg S ervices Attu: Contract: Ad strator P..O, ox 9;77: -- orpu .chri ti TX 78469.9277 Number of days advance notice: THIRTY (30) Named. Insured: _ ` Policy ui er: OLO 2988700. 0 .' • Effective Date of.Tis .Enorsrent: Authorized Representative:. 05/20/07 Name (Printed): R. M. Lee Title (Printed): ?Aim gi Parer 00205 (01/96) TE 02 02A CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE. FORM GARAGE COVERAGE FORM - TRUCKERS COVERAGE ORM _ This endorsement than es the odic tivc on tile inc tin date of the ad unless atoth r date is indicated below: ndormcnt gffective Volicy34iinibor BAP298B 02 -07 Pay 20, 2007 Nand Insured Berry Contractin 1 LP dba Bay, Ltd. Countersigned by Authorized .Representative) 1 - THIRTY (30) days before this oiicy is canceled or materially changed to reduce or restrict coverage - we will mail rat ce of the cancellation or change : t: City. of .Corpus Christi Dept: Of Engineering Services Attu:.= Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469.9277 Authorized Representative: Name (Printed): Title (Printed): R. M. Lee Manan Partner FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) - 'WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE LI Y WC 42 06 01 (ED. 745) TEXAS NOTICE OF MATERIAL, CHANGE E END R EME T This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change_ of the policy, we . will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the. Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. • Number of days advance notice: 30 2. Notice will be . mailed to: ...city Of Corpu.shristi Deljartri.ient f' ngmccr xg •Services .Mtn: 'COntract - Administrator . Boy 9277 •. . C rpu = C ri ti; TX • 78469 9277 - endorsernent c nges ;t the policy to which it is attached and is effective . on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent o. preparation of the. policy.) lam Endorsement Effective: = 05-20- 07 Policy No. IC Endorsement No N/A Insured Berry Contracting, LP dba Bay, Ltd. In.surance Company = Zurich American Ins Co Countersigned By: WC 42 l Name (Prated): (Ed. 744 ) Title .(Printed): Premium _. :Lee_., -. -Mari.a ii Parti