Loading...
HomeMy WebLinkAboutC2008-019 - 1/22/2008 - Approved2008-01 01/22/0 M2008-01 SLC Construction, Inc. S IA L PROVISI( S P E C I F I C A T I O N S A N D FORMS OF C O N T R A C T S A N D BONDS F O R EVERHART ROAD PHASE 1 SARLkTOGA BLVD. TO CEDAR PASS DRIVE COIN, REHMET & GUTIERREZ ENGINEERING, L.P. 5656 S. STAPLES, SUITE 230 CORPUS CHRISTI, TEXAS 78411 Phone: 361/991 -8550 Fax: 361/993 -7569 Email: crg@crgei.com PROJECT NO. 6263 DRAWING I NO STR 785 FOR DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826 -3500 Fax: 361/826 -3501 ,b.4 -----1,s, .. 9E . .7-Poo, ,g...,„.v.... ..4:4{,06, r a. , ,_, • .-e-tr 01 a • rig ■ t f i• M L # y or JOSEPH Ooh EF{MET d 36151 •' 11/ 2`a} ilkCityof Corpus EIEF .7.-1 %.04.01%.• Christi TO: ALL PROSPECTIVE BIDDERS ADDENDUM NO. 1 November 15, 2007 PROJECT : EVER TART ROAD PHASE 1 - SARATOGA BLVD TO CEDAR PASS DRIVE PROJECT NO. 6263 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. GENERAL PROVISIONS A. PARAGRAPH B-2, PROPOSAL REQUIREMENTS AND CONDITIONS ADD: The following sentence, to Para • ra h B-2-8, Pro • o Guaranty, after the first sentence in the first • ara. ra The individual bid securit (bond) shall, reference the project's name: EVERHART ROAD PHSE 1 SARATOGA BLVD. TO CEDAR PASS DRIVE; PROJECT NO. 6263; as identified in h proposal. B. PARAGRAPH B-7, PROSECUTION AND PROGRESS ADD: New Para ra _h B-7-15, Availability f Funds: ----�� . Funds are a ro • r i ated b the Cit , on a earl basis. If funds, for any reason, are not apro . gated in any % City may direct_ suspension or termi (Revised 7/5/00) EVERHART ROAD, PHASE SARAT GA B VD . TO CEDAR PASS DRIVE PROJECT NO. 6263 Table of Contents NOTICE 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 Time and Place of Receiving Proposals/Pre-Bid Meeting A -2 Definitions and Abbreviations A-3 Description of Project A -4 Method of Award A -5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A-13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and removals A -16 Disposal /Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout & Control A-20 Testing and Certification A -21 Project Signs A-22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A 23 1 s p e e Re u i r d- e ae-d 75-71-19-19 NOT USED A -24 Surety Bonds A -25 Sales Tax Exemption NO LONGER APPLICABLE (6/11/98) A-26 Supplemental Insurance Requirements NOT USED A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A -32 Amended 'Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents NOT USED A-36 Other Submittals (Revised 9 /18 /00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-40 Amendment to Section B-8-6: Partial Estimates NOT USED A--41 Ozone Advisory A-42 OSHA Rules & Regulations A -43 Amended Indemnification & 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 eotechnical Report A -51 Allowances PART B -- GENERAL PROVISIONS PART C - FEDERAL WWOE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS DIVISION 2 - SIT WORK Section 020100 Section 021020 Section 021080 Section 022020 Section 022022 Section 022040 Section 022100 Section 022420 Survey Monument Site Clearing and Stripping Removing Old Structures Excavation & Backfill for Utilities and Sewers Trench Safety for Excavations Street Excavation Select Material Silt Fence Section 025222 Flexible Base -- High Strength (5-24A) Section 025404 Asphalts, Oils and Emulsions Section 025412 Prime Coat Section 025414 Aggregate for Surface Treatment & Seals Section 025418 Surface Treatment Section 025424 Hot Mix Asphalt Concrete Pavement Section 025608 Inlets Section 025610 Concrete Curb and Gutter Section 025612 Concrete Sidewalks and Driveways Section 025614 Concrete Curb Ramps Section 025802 Temporary Traffic Controls During Construction Section 025805 Abbreviated Pavement Markings Section 026201 Waterline Riser Assemblies Section 026202 Hydrostatic Testing of Pressure Systems Section 026206 Ductile Iron Pipe and Fittings Section 026210 PVC Pipe - AWWA C900 and 0905 Section 026402 Waterlines Section 026404 Water Service Lines Section 026409 Tapping Sleeves and Tapping Valves Section 026411 Gate Valves for Waterlines Section 026416 Fire Hydrants Section 026604 Air Release Valves (Wastewater Application) Section 027202 Manholes Section 027203 Vacuum Testing of Sanitary Sewer Manholes and Structures Section 027205 Fiberglass Manholes Section 027402 Reinforced Concrete Pipe Section 027602 Gravity Sanitary Sewers Section 027606 Sanitary Service Lines Section 027614 Cured-In-Place-Pipe (CIPP) For Rehabilitation of Gravity Sewer Section 028020 Seeding it DIVISION 3 -- CONCRETE Section 030020 Section 032020 Section 037040 Section 038000 Portland Cement Concrete Reinforcing Steel Epoxy Compound Concrete Structures DIVISION 5 - METALS Section 055420 Frames, Grates, Rings and Covers DIVISION 9 - FINISHES Section 097020 Exposed Aggregate Finish for Concrete PART T - TECHNICAL SPECIFICATIONS DIVISION 2 - SITE WORK Section 022080 Embankment Section 0252003 Geogrid Reinforcement Section 025809 Thermoplastic Striping Section 025813 Preformed Striping & Emblems Section 025816 Raised Pavement Markers and Traffic Buttons Section 025818 Reference - Pavement Markers (Tx OT D -9 -4200) Section 025820 Reference - Traffic Buttons (T cDOT D- 9-4300) Section 025828 Bituminous Adhesive for Pavement Marker (Tx DOT D-9 -6130) Section 038020 Cement Stabilized Sand DIVISION 13 - SPECIAL CONSTRUCTION Section 130005 City of Corpus Christi Standard Signalization Specifications and Cut Sheets APPENDIX Subsurface exploration, laboratory services, pavement recommendations and geotechnical recommendations for the proposed Everhart Road Improvements - Phase 1, Saratoga Blvd. to Cedar Pass Drive, City of Corpus Christi Project No. 62636, November ber 11, 2005, Rock Engineering and Testing Lab, Inc. LIST OF DRAWINGS SHEET # DESCRIPTION 1 Title Sheet 2 Project Location Map 3 General Notes & CCTV/CIPP Program 4 Estimated Quantities 5 Drawing Legends, Abbreviations, Testing & Driveway Schedules 6 -11 Existing & Proposed Roadway Sections 12-22 Existing Conditions, Demolition /Removal 23 Storm Water Base Map 24 Water Base Map 25 Sanitary Sewer Base Map 26 Gas Base Map 27 Project Roadway Alignment & Benchmarks 28 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 0 +00 to Sta. 5 +00 29 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 5+00 to Sta. 10 +00 30 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 10 +00 to Sta. 15+00 31 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 15 +00 to Sta. 20+00 32 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 20 +00 to Sta. 25 +00 33 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 25+00 to Sta. 30 +00 34 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 30 +00 to Sta. 35 +00 35 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 35 +00 to Sta. 40+00 36 Waterline & Sanitary Sewer Lime (Plan & Profile) Sta. 40 +00 to Sta. 45+00 37 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 45 +00 to Sta. 50 +00 38 Waterline & Sanitary Sewer Line (Plan & Profile) Sta. 50+00 to Sta. 55+00 38A Force Main & Sanitary Sewer Line (Plan & Profile) Additive Alternate No 2 38B Force Main & Sanitary Sewer Line (Plan & Profile) Additive Alternate No. 3 39 Waterline Phasing 40 Water & Sanitary Sewer Connection Details 41 Sanitary Sewer Lateral - Profiles 42 Miscellaneous Water & Sanitary Sewer Details 43-47 Standard Water Details - Sheets 1 thru 5 48 -52 Standard Sanitary Sewer Details - Sheets 1 thru 5 53 Street & Storm Water (Plan & Profile) Sta. 0+00 to Sta. 5 +00 54 Street & Storm Water (Plan & Profile) Sta. 5 +00 to Sta. 10 +00 55 Street & Storm Water (Plan & Profile) Sta. 10 +00 to Sta. 15 +00 56 Street & Storm Water (Plan & Profile) Sta. 15 +00 to Sta. 20+00 57 Street & Storm Water (Plan & Profile) Sta. 20+00 to Sta. 25+00 58 Street & Storm Water (Plan & Profile) Sta. 25 +00 to Sta. 30 +00 59 Street & Storm Water (Plan & Profile) Sta. 30 +00 to Sta. 35+00 60 Street & Storm Water (Plan & Profile) Sta. 35+00 to Sta. 40 +00 61 Street & Storm Water (Plan & Profile) le) Sta . 40+00 to Sta. 45+00 62 Street & Storm Water (Plan & Profile) Sta. 45 +00 to Sta. 50+00 63 Street & Storm Mater (Plan & Profile) Sta. 50+00 to Sta. 55+00 64-65 Storm Water Lateral Profiles - Sheets 1 thru 2 66 Miscellaneous Storm Water Details 67-68 City of Corpus Christi Standard Driveway Details - Sheets 1 thru 2 69 City of Corpus Christi Curb, Gutter & Sidewalk Details 70 -71 City of Corpus Christi Storm Water Details - Sheets 1 thru 2 72 -75 TxDOT Pedestrian Facilities Curb Ramp Details - Sheets 1 thru 4 76 Striping Plan Sta. 0 +00 to Sta. 10 +00 77 Striping Plan Sta. 10 +00 to Sta. 20 +00 78 Striping Plan Sta. 20 +00 to Sta. 30 +00 79 Striping Plan Sta. 30+00 to Sta. 40+00 80 Striping Plan Sta. 40 +00 to Sta. 50+00 81 Striping Plan Sta. 50 +00 to End of Project 82 Additive Alternate No. 1 83 Pavement Marking Details 84 Reflective Raised Pavement Marking Details 85-88 Storm Water Pollution Prevention Plan 89-92 Signage Plan 93 -121 Traffic Control Plans 122 Additive Alternate No 1 Traffic Control Plan 123-124 Traffic Control Plan General Notes and 4 & 5 Lane Daytime Closure Details iv SHEET # DESCRIPTION 125-129 Traffic Control Details Sheets (5) 130 Traffic Signalization Plan Cedar Pass Drive Everhart Road 131 Traffic Signalization Plan. Snowgoose Road Everhart Road 132 -133 Traffic Signal Detail - Wiring Diagram Cedar Pass Drive Everhart Road 134 -135 Traffic Signal Detail - Wiring Diagram Snowgoose Road Everhart Road 136 Traffic Signalization Miscellaneous Standard Details 137 Standard Assembly for Traffic Signal Support Structures Mast Arm Connections 138 Standard Assembly for Traffic Signal Support Structures Mast Arm Connections 139 Traffic Signal Support Structures Mast Arm Pole Details 140 Traffic Signal Head Mounting Detail 141 -142 Single Mast Arm Assembly (100 MPH Wind Zone) 143 Traffic Signal Pole Foundation 144 VIVDS Detail Sheet 145 Street Name Sign Details (Illuminated) 146-149 LMA (1) - 01 thru LMA (3) -- 01 Traffic Signal Support Structures NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE ANCE B ND PAYMENT BOND v NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: EVER ART ROAD, PHASE 1 SARATOGA BLVD. TO CEDAR PASS DRIVE; consists of rehabilitation and reconstruction of Everhart Road from Saratoga Blvd. to Cedar Pass Drive from the existing section to a new 64' B--B curb and gutter street section with new sidewalks, driveways, storm water, sanitary sewer, water systems, signalization at two intersections and associated appurtenances. The project Base Bid will include approximately 39,450 S.Y. of 12" compacted subgrade, 39,450 S.Y. of high strength flexible base, 35,850 S.Y. of 3" thick hot mix asphaltic concrete pavement, 42,600 S.F. of 4" thick concrete sidewalk, 10,440 S.F. of 6" concrete driveway, 28,230 L.F. of pavement markings, 1,770 L.F. of 15", 18 ", 21 ", 24 ", 27 ", 36", 42 ", 48" and 54" RCP storm sewer, 9,760 L.F. concrete curb and gutter, 3,360 L.F. of CCTV of existing sanitary sewer lines and possible 3,360 L.F. of CIPP sanitary sewer rehabilitation, 4,010 L.F. of 8", 10", 12 ", 15 ", 18 ", 21" and 24" PVC sanitary sewer, 5,000 L.F. 24" PVC force main, 14 sanitary sewer manholes, 1,280 L.F. 8" PVC waterline, 5,000 L.F. 12" PVC waterline 36 6 ", 8" and 12" gate valves, traffic signalization for two intersections and all traffic control and storm water pollution prevention measures in accordance with the plans, specifications and contract documents. Additive Alternate Bid Item No. 1 includes approximately 3,740 . Y . of one course surface treatment on Everhart Road south of Cedar Pass Drive including pavement markings and traffic control in accordance with the plans, specifications and contract documents. Additive Alternate Bid Item No. includes approximately 20 L.F. of 24" PVC sanitary sewer, 62 L.F. 24" PVC force main, 2 sanitary sewer manholes, 704 L.F. 36" bored and cased steel pipe construction, 84 L.F. 12" PVC waterline and valves, 380 S.Y. pavement repair, 590 S.Y. two - course surface treatment, 4 6 L.F. of pavement markings and all traffic control and storm water pollution prevention measures in accordance' with the plans, specifications and contract documents. Additive Alternate Bid No. 3 includes approximately 600 L.F. 24" PVC sanitary sewer, 630 L.F. 24" PVC force main, 610 L.F. 12" PVC waterline and valves, 850 S.Y. pavement repair, 3,160 S.Y.. two - course surface treatment, 2,250 L.F. of pavement markings and all traffic control and storm water pollution prevention measures in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 .. on Wednesdu4 December 5, 2007, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre -bid meeting is scheduled for e , 1?o rimer _ 7, 2007 b urning at 2 :00 P.M. and wil. 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. The 1 E consultant will also be present to address questions. 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 One Hundred and no /100 Dollars ($100.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional 1. 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 for 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 /5/ 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 e quired: TYPE OF INSURANCE INI UI INSURANCE E OVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE AGGREGATE Commercial General Liability including: 1. Commercial Form 2. Premises -- Operations 3. Explosion and Collapse Hazard 4. Underground Hazard Products/ Completed Operations Hazard Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors Personal Injury AUTOMOBILE LIABILITY- - OWNED NON -OWNED OR RENTED !$2,000,000 COMBINED SINGLE LIMIT $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 PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-term environmental impact for the disposal of contaminants BUILDERS' RISK $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT 11 REQUIRED NOT REQUIRED See Section B ---11 and Supplemental Insurance Requirements ❑ REQUIRED NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements REQUIRED NOT REQUIRED Page 1 of 2 CJThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. DThe name of the project must be listed under "description of operations" on each certificate of insurance. EJFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance olicies 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 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE ICE o CONTRACTORS -- WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTSRLTCTION PROJECTS FOR GOVERNMENT ENTITIES S Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, or an approved worker's er' compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services including deliveries to the job the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas civil Statutes Article 6676c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6676c, Section 4 (j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - B (Revised 1113/98) Page 1 of 7 Title 28 INSURANCE Part H. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES §110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC -82, TWCC-83, or TWCC-84), 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 of the project. (2) BBuilding or construction- -Has the meaning defined in the Texas Labor Code, §4O6O96(e)(1). Contractor - -A person bidding for or awarded a building or construction proj providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project, "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Project—Includes the provision of all services related to a building or construction contract for a governmental entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is representation by the insured that all employees of the insured who are providing services on the proj (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; provide the governmental entity, prior 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 of coverage ends during the duration of the project; obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (S) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; 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 population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person 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 them~ 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 verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." contractually require each person with whom it contracts to provide services on a project to: htt • ://www.scs.state.tx.usitac/28II/110/B/110.1 1 o.htrnl NOTICE TO CONTRACTORS - B Revised 1/13/98 Page 4of 7 8/7/98 provide coverage based on proper reporting of classification codes and payroll amounts and fling of any coverage agreements for all of its employees providing services on the project, for the duration of the project; provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection {e }(3) of this section; provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity is writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services, (e) A person providing services on a project, other than a contractor, shall: (1) coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the http ://www.scs. state. t .l. t 2 iI 1 11 0. 1 I 0.html NOTICE TO TRACT - B Revised 1113/98 8/7/98 Page 5of case of a self-insured, with the commission's Division of Self- Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions.' provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; retain all required certificates of coverage on file for the duration of the project and for one year thereafter; notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the proj (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; Cont'd.. notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (0 If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or constructi EVEREART ROAD ■ PHASE 1 SARA'OGA BLVD. TO CEDAR PASS DRIVE PROJECT NO. 6263 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Reeivin • Pro • owls /Pre -Bid Meetin 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. on Wednesday, Decker 5, 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 -- ETERH RT ROAD, PHASE 1 SARATOGA BLVD. TO CEDAR PASS DRIVE - PROJECT NO. 6263 A pre -bid meeting will be held on Tuesday, November 27, 2007, beginning at 2 :00 p.m.. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas and will include a discussion of the project elements. If requested, a site visit will follow. No additional or arate 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 EVERH RT ROAD, PHASE 1 SARAT GA BLVD. TO CEDAR PASS DRIVE; consists of rehabilitation and reconstruction of Everhart Road from Saratoga Blvd. to Cedar Pass Drive from the existing section to a new 64' B -B curb and gutter street section with new sidewalks, driveways, storm water, sanitary sewer, water systems, signalization at two intersections and associated appurtenances. The project Base Bid will include approximately 39,450 S.Y. of 12" compacted subgrade, 39,450 S.Y. of high strength flexible base, 35,850 S.Y. of 3" thick hot mix asphaltic concrete pavement, 42,600 S.F. of 4" thick concrete sidewalk, 10,440 S . F. of 6" concrete driveway, 28,230 L.F. of pavement markings, 1,770 L.F. of 15" , 18" , 21" , 24" , 27", 36", 42", 48" and 54" RCP storm sewer, 9,760 L.P. concrete curb and gutter, 3,360 L.F. of CCTV of existing sanitary sewer lines and possible 3,360 L . F" . of CIPP sanitary sewer rehabilitation, 4,010 L . P . of 8", 10", 12", 15", 18", 21" and 24" PVC sanitary sewer, 5,000 L . P . 24" PVC force main, 14 sanitary sewer manholes, 1,280 L.F. 8" PVC waterline, 5,000 L. P. 12" PVC waterline 36 6", 8" and 12" gate valves, traffic signalization for two intersections and all traffic control and storm water pollution prevention measures in accordance with the plans, specifications and contract documents. Additive Alternate Bid Item No. 1 includes approximately 3,740 . Y . of one course surface treatment on Everhart Road south of Cedar Pass Drive including pavement markings and traffic control in accordance with the plans, specifications and contract documents. Additive Alternate Bid Item No. 2 includes approximately 20 L.F. of 24" PVC sanitary sewer, 62 L.P. 24" PVC force main, 2 sanitary sewer manholes, 704 L.P. 36" bored and cased steel pipe construction, 84 L.F. 12" PVC waterline and valves, 380 S.Y. avet ent repair, 590 S.Y. two-course surface treatment, 460 L.F. o f pavement markings and all traffic control and storm water pollution prevention measures in accordance with the plans, specifications and contract documents. Additive Alternate Bid No. 3 includes approximately 600 L.F. 24" PVC sanitary sewer, 630 L.F. 24" PVC force main, 610 L.F. 12" PVC waterline and valves, 850 S.Y. pavement repair, 3,160 S . Y. two- course surface treatment, 2,250 L . . of pavement markings and all traffic control and storm water pollution prevention measures in accordance with the plans, specifications and contract documents. Section A - SP (Revised 12/15/04) Page 1 of 23 A-4 Method of Award The bids will be evaluated based on the following subject to availability of funds. Total Base Bid, or Total Base Bid Plus Additive Alternate No. 2, or Total Base Bid Plus Additive Alternate No. 2 and Additive Alternate No. 3,or Total Base Bid Plus Additive Alternate No. 2, Additive Alternate No. 3 and 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 Total Base Bid (Parts A, B, C, D & E) Consists of rehabilitation and reconstruction of Everhart Road from Saratoga Blvd. To Cedar Pass Drive, from the existing section to a new 64' B-B curb section with new sidewalks, driveways, storm water, sanitary sewer, water systems, signalization at two intersections, storm water pollution prevention, traffic control and associated appurtenances, all in accordance with specifications and contract documents. Additive Alternate No. 1 (Part F) Consists of a one - course surface treatment on Everhart Road extending approximately 500 feet south of Cedar Pass Drive with associated pavement markings and traffic control. Additive Alternate No 2 (Part Consists of extending the 24" gravity sewer and the 24" force main to the north side of Saratoga Blvd, including waterline relocation, pavement repair, pavement markings and traffic control as shown on Plan Sheets 38A and 38B and/or delineated on the Proposal Form. Additive Alternate No. 3 (Part H) Consists of extending the 24" gravity sewer and the 24" force main from the north side of Saratoga Blvd. to the Country Club Lift Station location as shown on Plan Sheet 383 and /or delineated on the Proposal Form including waterline relocation, pavement repair, pavement markings and traffic control. No design has been developed for this alternative, however, if the acceptable bid falls within budgetary allowances, final plans will be developed and the Alternate Bid Item accepted. Allowances The Proposal form contains line items shown as "Allowances" with specific monetary figures assigned to them. These are to be used only for unanticipated work which may arise during the course of the project which can be accomplished by small change order. No part of the allowances will be paid to the Contractor without specific authorization by the City Engineer. A-5 Items to be Submitted with Pro • oal The following items are!r fired to be submitted with the proposal: 1, Bid Bond (Must reference Project Name: EVERHART ROAD, PHASE 1 SARATOGA BLVD. TO CEDAR PASS DRIVE - PROJECT NO. 6253 as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or lational Bank will also be acceptable.) 2. Disclosure of Interests Statement Section A - SP (Revised 12/15/04) Page 2 of 23 A-7_6 Time f ompletion Liquida ed Damages To minimize inconvenience to the general public and to minimize a their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet the deadline for completion of construction shown below. The working time for completion of the Base Bid portion of the Project will be 365 calendar days. In the event any or all of the additive alternates are awarded in conjunction with the base bid, the working time for completion of the project will be increased to allow time per the following schedule: For Additive Alternate No. 1: Add 20 calendar days For Additive Alternate No 2: Add 30 calendar days For Additive Alternate No. 3: Add 90 calendar days 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 This project is essentially a construction contract for a period of 365 Calendar Days, as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each phase, as described above. The Contractor shall commence work within ten (1 0) 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, $1,000.00 per_ calendar dal will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of liquidated damages due the City. A -'T %�Tor}ers orrtpexsatiof Tnsur~at.ce__ 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, Section A - SP (Revised 12/15/04) Page 3 of 23 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 other's 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 Proposa1B 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. A79 Acknowledgment o 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 Wale Rates (Revised 7/5/00) Labor preference and wage rates for HEAVY CONSTRUCTION AND HEAVY AND HIGHWAY CONSTRUCTION. In case of conflict, Contractor shall use higher wage rate. Preya:ili?g Wage Scats he Corpus Christ. City Cbuncil has determined the general prevailing minimum lily wage rates for I Tueces 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, worn, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty llar s ($60.0 alter day, or portion thereof, for each labour, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work perforated. 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. The Cbntractor will eke hi-weekly certified payroll submittals to the City E ngineer . The Contractor will also obtain copies of such certified payrolls from all sUbcontractors and others working on the Project. These documents will also be fitted to the City Engineer hi-weekly. (See section for Minority/Minority Business Ent rise Participation Policy for additional requirements concerning the pamper form and content of the payroll sdbmittals . ) One and one -half 14) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one weep and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) Section A - SP (Revised 12/15/04) Page 4 of 23 As-11 1 with Pubic dies (Revised 7/5/00) The Contractor shall cute with all public and private agencies with facilities aperating within the limits of the Project . The Contractor shall pra ride - a forty-eight ( ) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Dig Tess 1- 800 - 344 -8377, the Lone Star Notification Oarpany at 1- 800-- 669 -8344, and Veri on Dig Alert at 1-800-483-6279. For the Contractor's convenience, the f 1lcwing telephone ors are listed. City Engineer Project Engineer J. n Rehn t, P • t , 4 P. L. . C ym, Rehiiet E., Gutierrez Engineering, L.P. 5656 S. Staples, Ste 230 Corpus thristi, Texas 78411 Phone: (361) 991-8550 Fax: (361) 993 -7569 Email: ' .c n Traffic Engineering Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation t Streets Eic Solid Waste Services ABP B City Street Div. for Traffic Signal/Fiber Optic Locate Time Warner C blevilion ACSI (Fiber Optic) C (Fiber Optic) Choice m (Fiber Optic) CAPROCK (Fiber Optic) Brooks Fiber Optic (NAM) Regional 'Transportation Authority Corpus Christi ISD U.S. Poster Service TD` Area Office A-12 Maintenance of Services 826 -3500 991 -8550 826-3540 882-1911 857-1880 857 -1818 885 -6900 857 -1881 826 -3461 857-1970 299 -4833 881-2511 857-1946 887 -9200 813-1124 881 -5767 512/935-0958 972-753-4355 289 -2712 886 -9005 886 -2216 808 -2384 (880 -3140 after hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (693-9444 after hours) (1 -800- 824 -4424, after hours) 857 -1960 857 -5000 (857 -5060 after }ours) (Pager 800 -724 -3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) 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 accurac and com.leteness of such information is not • uaranteed . 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 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 5 of 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 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. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the public. 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. A-14 Construction E. a .rnent S # illa# a and Trackin 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 line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project 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 bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. !L-16 Disposal /salvage of trial.! Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. Section A - SP (Revised 12/15/04) Page 6 of 23 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 ioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two 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 Se . ence of construction The Contractor shall submit to the City Engineer a work plan based on Calendar Days. This Plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three 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. ubmittal 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 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: 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 traffic. The Contractor shall be aware of other construction occurring in the area and shall coordinate scheduling, traffic 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. show actual flow of projects control, Section A - SP (Revised 12/15/04) Page 7 of 3 A-19 Construction Pro -3 ect La vout 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 or• controls and two (2) bench marks required for project layout, will be provided by the 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 bench mark, the Contractor shall provide the Consultant Project Engineer 48 hours notice so that alternate control points can be established by the 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 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 revi A,20 Testing ai t _ erti ication 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 evert 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 2 Project signs as indicated on the following drawing. (Attachment I ) The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The location of the signs will be determined in the field by the City Engineer. Min i /Min r, Business _ r se a t i a io _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 persons). 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 hereinafter set forth: 1. Owned (a) (b) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. 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). Section A - SP (Revised 12/15/04) Page 9 of 23 (c) For an enterprise doing business as a corporation, at least 510% 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 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) b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Section A - SP (Revised 12/15/04) Page 10 of 23 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. �1��T34I•11� • ee must obtain the (NOT USED) quired -by City: -24 Surety on 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 reinsures (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." Section A - (Revised 12/15/04) Page 11 of 23 A-25 SalesTax Seer Lion (NOT USED) 1 . -_ __ l _Y at A4 - - V necessary p l s tax permits i4 oi1f - the-- &ate - mp I1c . into - -t-he Iroj ec . r r w Provide the- - y with copies of material-invoices-to substantiate the proposal al valia-of materials. ti f �� •_ - subcontractor and the subcontractor, in turn, ioouos a resale certificate to ou ie*. x--26 Supplemental In su_rance ate i2ce rents For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, 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: ity of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address: P.O. Box 9277 Corpus Christi, Texas 78469 -9277 3. Number of days advance notice: 30 The 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 ( 0 ) 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. Section A - SP (Revised 12/15/04) Page 12 of 23 For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, 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 Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of 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- 7_ _ e onsibilit fear lama a ].aims NOT USED amended to include: A-28 Considerations for Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lieu 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 (9 0) 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. Section A -- SP (Revised 12/15/04) Page 13 of 23 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: 1. The Superintendent must have at least five years recent experience in field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close --out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five year recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor ' s field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequiste 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. A-30 Amended "Consideration of Contract" Re - irements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3 -1 Consideration of Contract add the following text: Within five working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: 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. Section SP (Revised 12/15/04) Page 14 of 23 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. 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 -7 -1; 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 the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five ( ) 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 Poli on bra Work and change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with the following: Contractor 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 "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or 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. Section A - SP (Revised 12/15/04) Page 15 of A-33 conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Prof ect . 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 Meson r'efer'red to_it/Special Provision. -1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced speci eentact wi de--ern • • +k ..q r# r t a +l i- t i a s = - during eme ACQUISIT-I-GRY a water nd pacts Section A - SP (Revised 12/15/04) Page 17 of flat leapt lgeeta, • - -b - -thins spec i f i e t ions . i-mp iuen ,ng - . _..t-he-- -e i f i - computers, S-1-s, prepesed-fo-r -the- Contract - 400 miles f the - n -oj „ -o maintain,- ere- this i s-e -the-nv- work for this- Project. be -i -I1d - - in and given to the w The Contractor wild: - ' ' vet on the project. A-36 Other Submittals 1. io Drawi.r submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. b. eproducibles: 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. Section A -• SP (Revised 12/15/04) Page 18 of 23 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 successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. 1 Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. 2. Samples: The Contractor rust submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Test and a air a ort When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on -site test data within the specified time to the City Engineer for approval. Otherwise, the related e • i •cent will not be a • .roved for use on the project. A-37 Amended "Arrangement_ and Charge for Water wished by tiltgitil Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-_15 Arran ement and Char • e for Water Furnished b the Cit , 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 Occu anc and Final Acce * take NOT USED mprovcmcnt s and Section A - SP (Revised 12/15/04) Page 19 of 23 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 Advisor Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. A- HA Ru].es 9ulations 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 & Hold Harmless Under 'General Provisions and Requirements for Municipal Construction Contracts" B- 5-21 Indemnification & 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, material man, 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, material man, 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 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 material man. Aw- 4 4 Change orders Should a change order (s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub- contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawin * s (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Section A - SP (Revised 12/15/04) Page 20 of 23 (b) Upon completion of each facility, the Contractor shall furnish owner with one set of direct prints, marked with red pencil, to show as- built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions /field changes. (2) Changes in equipment and dimensions due to substitutions. (3) T! a neplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work ( ) 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. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A" 7 Pre - Construct ion flora o r Excavations (7/5/00) Prior to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20-feet of proposed pipelines of the project and 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, Contractor shall excavate and expose said exiting pipelines at a maximum of 300-feet 0.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 -feet maximum o.C. 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. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. Exploratory excavations shall be paid for on a lump sum basis. survey work effort Contractor shall provide all his own no separate pay) for exploratory excavations. Section A - SP (Revised 12/15/04) Page 21 of 23 A-48__ Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA. safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform ARP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. ldi- 4 9 Amended "Maintenance Guaranty" (8/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts ", B-8-11_Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A� { to lA1 +1l p•c• A geotechnical report entitled SUBSURFACE EXPLORATION, LABORATORY SERVICES, PAVEMENT RECOMMENDATIONS AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED E ER ART ROAD IMPROVEMENT - PHASE 1, SARATOGA BLVD. TO CEDAR PASS DRIVE, CITY of CORPUS CHRISTI TI PROJECT NO. 6263, NOVEMEBER 11, 2005, ROCK ENGINEERING AND TESTING LAB, INC. is included as an Appendix to the Technical Specifications. The report is for contractor's information only. Section A - SP (Revised 12/15/04) Page 22 of 23 SUBMITTAL TRAN SMITTAL FORM PROJECT: EVERHART R PHASE 1; PROJECT_ NO. 6263 OWNER: CITY OF CORPUS CHRISTI ENGINEER: COYM, RAT & GUTIERREZ N INE FIN , L.P. CONTRACTOR SUBMITTAL DATE: SUBMITTAL NO E : APPLICABLE SPECIFICATION R DRAWING SUBMITTAL Section A - SP (Revived 12/15/04) Page 23 of 23 2 3/8- 03 03 f C.0 2 it.?1•P >4) rte-. 3/8- kt CC 2 N CO 141:b Q . ^....r. _ 1 0 k z 1 cc co et cy) cL LAJ 4.1 Li ct Cotf ATTACHMENT 1 z -65 v w 0 BOND 2004. PART C FEDERAL WAGE RATES AND REQUIREMENTS Page 1 of 2 General Decision Number: '`X070039 07/20 /2007 'X39 Superseded General Decision Number: TX20030039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricia Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/09/2007 1 07/20/2007 * ST T 19 7 -001 12/01/1987 Rates Carpenter (Excluding Form Setting) $ 9.05 Concrete Finisher 7.56 Electrician 13.37 Laborers: Common 5.85 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 http://www.wdol.goviwdoliscafilesidavisbacon/TX39.dvb 11/13/2007 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 natter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, 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.T. 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. END OF GENERAL DECISION http://wrw.wdol.goviwdoliscafilesidavisbaconiTX39.dvb 11/13/2007 General Decision umber: TX070122 02/09/2007 TX122 Superseded General Decision Number: TX20030122 State: Texas Construction Types: Heavy and Highway Counties: Nueces, San Patricio and Victoria Counties in Texas. HIGHWAY CONSTRUCTION CTIO 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 SUTX2005-007 11/09/2004 Rates Fringes Asphalt Distributor Operator$ 12.42 0.00 Asphalt paving machine operator$ 11.57 0.00 Asphalt Raker.. $ 9.36 0.00 Bulldozer operator $ 10.90 0.00 Carpenter .. 10.71 0.00 Concrete Finisher, Paving $ 12.18 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber ...... .... 10.50 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator $ 12.55 0.00 Plagger $ 7.17 0.00 Form Builder /Setter, Structures$ 11.47 0.00 Form Setter, Paving & Curb $ 9.65 0.00 Foundation Drill Operator, Truck Mounted $ 15.32 0. 0 Front End Loader Operator $ 10.05 0.00 Laborer, common 8.35 0.00 Laborer, U t i l i t y 9.09 0.00 Mechanic $ 13.17 0.00 Motor Grader Operator, Fine Grade 13.78 0.00 Motor Grader Operator, Rough $ 15.00 0.00 Pipelayer 9.00 0.00 Roller Operator, Pneumatic, Self - Propelled $ 8.57 0.00 Roller Operator, Steel Wheel, Flat Wheel /Tamping 8.57 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement 9.49 0.00 Scraper Operator . 9.67 0.00 Servicer 10.75 0.00 Structural Steel Worker $ 14.00 0.00 Truck driver, lowboy-Float $ 14.15 0.00 Truck driver, Single Axle, 1, ttn• / u xr xrr-1 n cr ul lair -ir l r fU Ui vi h -nn X 1 . r Page 1 of 3 11/12/2007 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 1elder.. , . $ 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 . (a) (1) ii) . In the listing above, the "Sid" 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 ht ixf /ww .w ol. l rd ll afil i n X122. d 11/12/2007 Page 3 of described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) 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 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.G. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.goviwdol/scafilesidavisbacon/TX122advb 11/12/2007 AGREEMENT THE STATE OF TES COUNTY OF NEC THIS AGREEMENT is entered into this 22ND day of aANUARY, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and SLC Construction Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $7,454,229.87 by ity and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: EVERHART ROAD PHASE 1 SARATOGA BLVD . TO CEDAR PASS DRIVE PROJECT NO. 6263 (TOTAL BASE BID 4. ADD,ALTS.NOS.1 2 4: $7,454,22987) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions et out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job, The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plate 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 12/12/2007 8263802 ENGINEERING PAGE 08/26 1 ITS[ II III ry v Description Unit ice Total PART AN - STREET a ALR DRIVEWAY narRovzoizzas I 1 49,200 . St eut Excavation, complete and in • a i•! *ex • are r 1. A-2 1 Unanticipated icipate Sidewalk Removal, comp:.ete and in place per Square foot. _10 ?/7 Zo A-3 120 B.F. 39,450 S.?. [� eni. c ipat ed Driveway Removal, comp. ..ete and in place per square foot Z. Gip .Z 1 " #.o acted Subgrade, complete and in .4ce per s. are ard. 26700 -w ---- ,....&I A-5 40,150 . Y. Teuei 1 - l l O O e ri , complete and 4n • ..ace s are ad. _ -Z Z2'- ' 3-.00 - T 39, 450 S. Y. ;•'legible Rase High Strength, e m .. e e and in .lace . e s. are acrd $ 3+ . 3 $ VA__ Lipet go 5,380 Gal. Prima Coat (0.15 al . .), complete and ..n -lace • • l l n ■ 4 323 3 7 . _- 35,850 S. Y. " HMAC, Type C, complete and in * lao�•. •ear s i are rd ` 1.04. -- 500 ' • " Header Curb, complete and in place Linear foot 025. 1 s 10 , 600 S.F. 4° . r ere a Sidewalk, complete and in .lacts_s_gm!'re foot. ,. , '41 siel.it6Leso__ 10,440 S.F. 6° C{,ncete Driveways, complete and in place e r ela re foot. 991.2.o 2,540 S.F. Cone retfe Curb Ramps, complete and in p ac ' . er S • are foot. • 6 1 $ 2- z 3.15:40 A-13 A-14 20 C.Y 9 Ea. # Cemeat Stabilized Sand (Gas Pipe Encasement), complete and in place Fi and • U. 1 1# _ � .■■■■....A Adjust Existing ae Valve, complete and ilLialtELME_Pach- v Monument, complete and ?I .': er each. �. dQ "` in"0 #0 �1 Ea • r� t Day. complete and i plce pe n :::-1 A-17 25 Ea. Reflective Pavement xk. Type 1 (W) MeEt Turn Arrow'), complete and in •lac•! •er each. J O• (05. $ - L . Z A-16 2 Ea. Refl:ctive Pavement Mrk. Type 1 (W) ("RiFht Turn Arrow"), complete and in • ;.ac a per each. . 1 - A-19 7 Ea. Reflective Pavement mirk. Type 1 P (*Only*), complete and in place per each. /1/0.3g f t -. VS- .`..■ 17:-20 0 L. Reflective Pavement irk. Type 1 ) 40 Eric., complete and place per linear foot. a 5_5_11b2._ eviesd Proposal Per Page 3 of 21 � - i�wvrrr Addendum No. 5 Attachment No. 2 Page 3 of 21 12/12/2007 17. 8263802 ENGINEERING PAGE 09/26 Z :-i: XX UT TV Vnit Price 111111111111111111 ITS Z Description PART "A° ', sxmlwaism 0 DRIVEWAY SRO s A-21 '1. • L.F. Ref l#:Sct Pavement Mrk. Type 1 (Y)4f Solid, complete and in place per T1VLT foot. $ i qg 355Soo A- 9 r 'T 0 L.P. l.t tiv Pavement 1 . Type 1 r'k . , complete and in place per linear foot file '4, 456-00 A-23 L.F. Reflnctive Pavement Mrk. Tye 1 (W) on Solid, complete and in place per like #ir foot. 7# 5.4/0 A-24 ReLloctive Pavement mr. Type 1 (Y) 4R Solid Dbl., omple a and in place * :. n ar foot. Veg-._ A-25 205 L.P. Re iftetive Pavement Mrk. Type 1 (W) 4" Dolid, complete and in place per linear foot. $____1,06.70_ A-26 ' 9 . P. Ref l+`:otive Pavement Mrk. Type 1 (W) (Cxon walk )(] ' Wide) , complete and in • ...ace • er linear foot. 7.4.-27 200 E • Type I -A`A (YELLOW) Raised Refinctive Pavement vem ker , complete and .E. *lace ea h ■ 5 03/7.00 A- 2a 200 Ea. '.-r Type I- (WHITE) Raised Reflective Pavenent Marker, complete and in plat e • er each. 9.440 #)5.4 • op 11111222:1111111 '-- - Z i5 3t) - 7" ,- La • trey sign Assembly, complete and ill ia# = per each. $--1/J172',- Ai a . Speed Limit Sign, complete and in Yi.e * e" each. $ i 57 - ��. } 1 a. Stop Sign, complete and in place per each (... . -- - �. ` :_- A- l 1 loo Parking it Sign. complete and in ac o . each. 45 - +� + the +.* Regulatory Sign, complete and In :._ r ace . each. , - 1 L i Tr ,. Control, complete and in ac ``: . er 1 . Bum # �. �L #I � ,900 _ A-35 1 L.S. An.Ovraileil for Unanticipated Traffic ConWrol, complete and in place per lms, sum. $4°,000.00 ' 3 .L. li . Exploratory Ease ra►ti or e , e pat and SUBTOTAL PART 'A" " - STREET, SIIDEMALK 4 DRIVEWAY IMPROVEMENTS T Al-A36) I 2.j , 1 • 0 nevialid Proposal Po ► Page 4 of 21 Addendum No , S Attachment Ho. P49e 4 of al 12/12/2007 17: 8263802 ENGINEERING PAGE 10/26 I . TTY Tr l� II xv 11111111E111111111 Total Description unit ',rice PART vile - STORM WATM INPROVIIMITO -- Plowable G ' ut & Abandon Existing 4" B 50 L.F. rt'i S w , complete and in place r A.near foot. Z* $ 1 032- Flowable Grout & Abandon Existing 7 - L.F. S oria Sewer, complete and in place 1 -or Ammar foot. )'/7O(o- I l i P• ' l5" R: Storm Sewer, RCP ( ta: III) , complete and in place per i .meat foot II:11 1=1 i ' 18- RCP Storm Sewer, RCP i 13-4 13 0 L.F. ( lan g III) , complete and in place per ...inear foot. 14,32-__ 53/2"41° B-5 . , B-6 " RCP Storm Sewer, RCP 30 L.F. (Claris III) , complete and in place _ per :.. eax foot . 7Z-14 1 1 E• 24" R' Storm Sewer , RCP 20 L.F. (Claris III) , complete and in place -or :.inear foot. 808.z5- 1 7 65 ' 19-7 10 L.P. 27P ACP Storm Sewer, RCP (Cleat III) , complete and in place er :,inear foot. 5 530-Z0 _ B-8 5 . F . .,..i 36m ACP Storm Sewer, RCP (Ca ,i s III), complete and in place :. insar foot. 1111 $ 101, le 3 *90 I . B - B-1.0 i . _ -- ° " :"MCP Storm Sewer, RCP '. ( la .3 s III), comple and in place . r Linear foot. $ /39- P $ '5545 . k . L.F. B" Storm Sewer, RCP (Cla l III), complete and in place jar Linear foot. $ Z $ 45 ?,x,04 1 S65 B-11 L. P . 54° 'MCP Storm Sewer, RC ( lale ZI), complete and in place der linear foot ■ S irb Inlet, complete and in place .er tech. _18a f $Jo,4U7.. $ 2,_ s_ ). , 1 22 . B-13 11 ► i _9/$.€1_= S. l l e Extension, c om e e and in t .. Sidevalk Drain. complete and place # -- - tab. $_6:___18 - $�,_____- a► i - -- _- Type "A" Storm Water Manhole, c fete and place per. ac • -- - - �F. , - _�� .� $ /go i& ,......�� $ __24251:____ B-16 -- - - -- - -_ - - ice- . Type "El° Storm Water Manhole, 11 . 1.et and n * lace ; er each. in B-17 54#-15* Prefabricated RCP Bend 1 a . complete and -lace •er oath. Alz� ,..��.. IMMIIII:M=11 . . 3,600 Se din at et ►r e A a , complete S.Y. an Ln -lace er r - are and . 1 - , 0 ' It Fence for S PPF, complete and in L.P. •lac per linear foot. .- � 134) Revised Preponal Torre Page 5 of 21 Attachment No. PIM* 5 of 21 / A - 12/12/2007 17:32 8263802 ENGINEERING PAGE 11/26 1 Ix ..r xxx v ITEM UNIT -. - -- 1 -.- _ -r`_ D icri tion - 1 - Mit Price Total PART "S"' STOP NATO zmPRovzismera (Cont' d) 9,760 L.F. 300 6" Concrete cueb a, Gutter, complete and :41 place per linear foot. Unanticipated C1 r Gutter Removal, com :wete and in pace per linear foot. Concmte Outfall Structure, complete and lac• per - each . - -- Cement Stabilized Sand (Storm Water Pipe Encasement), complete and in :aI.Lper cubic ard. Mods: :fir Existing Inlet to Junction Box, c9T2lete and in place peach . Adju:it Existing Storm Water manhole To - , complete and in place per each. May :ale, , complete and in place per linear foot. 200 C.Y. 200 1,770 L.F. Tie rnto Existing Concrete Box, 225 , cow - late end i piae er.up arum . e Safety for Storm Sewer, com - Leta in ].a►c er linear foot. Tren:h Safety for Storm Water Stu #u"e, complete and in place per ! 1 each. Traf!ic Control, complete and in place er Lump sum. Store Water Vtiiity Allowance, com . !.!e and in place per, lump sum. B131TOTAL PUT ' - STORK WATER IMPROVEMENTS (MOM w L) Revised Proposal rorm Page 6 of 1 Addendum o . Attachment Nn. 2 Page of 21 12/12/2007 17 :32 8263002 ENGINEERING PAGE 12/26 PART C - WRI'IATRR IR s C -1 3,360 L.P. 1 L.S. 7 Ea. 7 . 1,,700 L.F. SOO L.P. 140 L.F. 1,020 L. P. 100 L.P. 60 L.F. 40 L.F. oe :d Circuit Television ion of 10°, 12" and 15" Sanitary Sewer Linea, complete and in place per 1inenr foot. Mob,:: i ation and Demobilization for Cured-In-Place Pipe (CIPP) Cone1 :ruction Program, complete and in 1 &cis per linear foot. Setup Charge for CIPP Installations lees than 75' in length, Complete and ip_21AsEser each. Setup Charge for CIPP Installations greater than 7' in length, Complete and 1&ce per each. B" Cure-In-Place Pipe (CIPP), complete and ;,r, place per linear foot. 10° ;ured. -P ace Pipe (CIPP), co ;.e5 and in place per linear foot. 12W : r d- - .ace Pipe (CIPP). co ,• :.ete and in place eE linear foot , 1, 1: :ured -I -Place Pipe (CIPP), on p i . e e an _ in place -3. i ear foot. 130 77C ( DR 26) Sanitary Sewer 8' - 1' i.ut, complete and in place per linear foot. 6" sr n: (SDR ) Sanitary Sewer 1' 12' +:Lt , complete and in place per linear foot. " PVC (SDR 26) Sanitary Sewer 12' 14' .'.'t, complete and in place per lief it foot. 3 8° 7/C (SDR ) Sanitary Sewer 14' - 10 L.F. 16' 1' 1 t , complete and in place per linear foot. 3" C (SDR 26) Sanitary Sewer 16' - 10 L.F. i ' 'hit, complete and in place per lineAr foot. 12" NC (SDR 26) Sanitary Sewer 14'- 40 L. F. 1 16' :lit, complete and in place per lice rr foot 12" '? C (SDR 26) Sanitary Sewer 12' 500 L.F. 1 14' :tit, complete and in place per line it foot. 15" WC (SU 26) sanitary Sewer 14' 760 L.P. 1 16' mu , complete and in place per line lineAr foot. . T (SDR 26) Bard `y sevr I6, l ' :lilt, complete and in place per linear foot. S � .M.I - - -- 1,230 L.F. Revived PropoiS1 torn Page '7 of 21 Al16endum No. 5 Attachment No. Page 7 of 21 12/12/2007 17: 32 8263802 Description PART C WASTIWATER INCA oAtt' ENGINEERING Unit Price PAGE 13/26 Total 21° PVC C ( Di 26) Sanitary Sewer 18' - 180 L.F. 20' Cut, complete and n place per 1ineiit foot. PVC (SDR 26) Sanitary Sewer le, L.P. 20' Out, complete and in place per linear foot. 1" x 9 0 0 PVC OM 18) Sanitary sewer . `. Poren Main, complete and in place per lineitr toot. 5,000 L.F. C-23 2 Ea. 12" :'lug Valve s. Box, complete and in • 1c.r each. 12° ) C D.I. Bend, complete and in Licit . er each. 24" 1.190S PVC (DR 18 Sanitary Sewer Force.' Main, complete and in place per linear foot. ;4" 450 D.I. Bead, complete and in ells, per each. Plug, complete and in place per each. Z 5' D.* . Fiberglass M.M. & Air release 1 lvi!, complete and in place per each C-25 2 Ea. C-26 3 Ea. c-27 2 Ea, 24" nug Valve & Box, complete and in p ac er each. 5' Dia. M.H. 12' - 14' Cut, complete and in place per each 5' D L M.H. 14 ' - 16' Cut, complete and er each. -8 3 Ea. C-29 a, C-30 C -31 C- 3 ' 20 L. F. ' Da. M.H. 2' - 18' Cut, complete and lace sr each. 51 Dia. M.H. 1 ' - 201 • Cut, complete And Ln place per each. 7o3O.,. $ 17. 4,43L,50._ Zo� ON Mlnhole Drop Connection Assembly, cofp1,e and in • lace - - r each. 10" 4anhole Drop Connection Assembly, comp:3.ate and inslace per each. ►d u. t Existing Sanitary Sewer M. H. Tom. complete and ire lace ear each. trot: Pill Abandon Existing Sans ,teary Sewer Manhole, complete and in * Lace per each. o a 1e Grout Fill & Abandon Existing 6 Sanitary Sewer, complete and LE_EltEl_EtE linear foot. flow able Grout Pill & Abandon .pan 1" Sanitary Sewer, complete and in - lace per linear toot. 6�5 $AS $ 74 33f- ifa! Itemised Pro omal Form Page a of 21 sz,a4 Addendum No. S At actund:4t No. 3 raw; of 22 12/12/2087 17 :32 02E3802 ENGINEERING PA E 14/26 IT= TX XXI OTT UNIT _r/ Description PART C WASTXWATUR IMPROVE-MN= ( ont' C-36 2,260 L.F. 1,510 L.F. C -3 C #39 9, 020 L. F. 19 Ea. c-40 3 Ea. c-41 C-42 C -43 Unit Price Total FlowLble Grout Fill & Abandon • Existing 12" Sanitary Sewer, complete '• and I w l Grout Fill Abandon Existing 18" Sanitary Sewer, complete -1 �• a ea► foot . anct...a _�_ ire -- 'l:l Safety for Sanitary Sewer Line and Vorce Main, complete and in place 6457 per ::.inear foot. : Tr ni :b Safety y r ani ary Structure, !'!1]•.te i lace eat #i. Rehabilitate Existing • r • ■ - 14 Depth) , complete and in place $ Uvo der '-each. -_■■■=11 '107. %0 2.1 424 go 2q51 1 eha Alitats Existing W.W. 1. . 1 Ea. (14' - 16' Depth) , complete and in $ 3 1 03 - ia►o� a each. ieha' i.l i Late Existing W. W. M.H. 2 Ea. (16' - 18' Depth) , complete and in _ pla •• - er ear eha ilitate =dieting W.W. M.H. (18' - 20' Depth) , complete and in $4)411/ pa t per each Re o•ite Existing P.M. at Inlet toa' :ions, complete and in place per kjinji_EL Ea. each. 3 Ea. C- 5- c-45 C-46 C-47 9 Tie-Into Existing Manhole, complete Ea. and in_plact Ear each. 30° is. Steel Casing, Bored 92 Cone tutor With i" Gravity Sewer, L.F. complete and in place per linear foot. 36" Dia. Steel Casing, Bored 92 orstruon With 4" Force Nain, L.P. complete and in place per linear foot. 1 Dewatering Mobilization Demobilization. complete and in place i $__010 L.S. per lump s,um. 3,000 Dewatering Trench, complete and in L.P. lay peg 3 inar foot . 200 Cement tabilied send (Sanitary Sewer C.Y. Pipe Encasement) , complete and in . �_. C -8 : 0 - 3 — • # Ea N S. 025. 9s-5. lace per cubic yard. RevLo 6 Proposal Farm Page 9 a s 1,450 Addendum Po. S AttAChAent Ua . Page 9 of 21 12/12/2007 1: 32 8263802 ENGINEERING PAGE 15/26 z T.- I III I IT QTY is CloaT aarpon Unit Price Total PART C i #F WASTRWATIR 4 0 S.Y zw.pRovzianas Mont, a) a C900 PVC ( Waterline, aterl e, • :oTnp e e and in place per linear Eoot. 31.3 phi :si Pavement Repair, complete and :..a - er - are _and. # 2. el> - 1 'pra t- c Control, complete and i]_��. -� 1 C-53 1 L.S. Sanitary Sewer Utility Allowance, , cm•..ete and *lace per l �- sum. Each $35,000.00 i SUNTOTAL PART "C"" - WASTEWATER IMPROVEKENTS (ITEM ) - ' ■ *J # 2Z iqq k her TUCK QTY & UNIT eeo i - tlon al mat Price Total PART "D" - WATER FICPRCNIXIMITS - D-3. 1,280 L.F. * I a C900 PVC ( Waterline, aterl e, • :oTnp e e and in place per linear Eoot. 31.3 4 Sr-? - 6Att _ . D- . .oDt. 1 " C900 PVC 1B) Waterline, :omple a and in place per linear *0•-31 ' ` Each 1.2N x 12' 12" Tapping Sleeve, :o • 1 ete and in lace •ear each. _ �- - - �- - - D- $. I " Gate valve With Box, complete and in .dace per each. .4- 8" Gate Valve With Box, complete D-5 13 Ea. and in • lace .er each. *k _ 14-2'1911;,_ '- - - 2- Zo . 9 _ " Gate Tare With Box, complete Ea. and i • lace * er each. 5:, L2°30.2°30.2° Tee , complete and n -lace • air each. 1.2" xl "xO" Tee, complete and in -lace - r each. _ _ 5 — ...,.� f ia. 1 ::2:;:: " Comlete and Y • $mx5sx " Toe, complete and in D-10 1 Ea. - Lace ser each. ' 357 D-11 1 Ea. 1 to ' ::e+ complete and a•ch. 1 D-13 1 Each to " couplet a and i ¶r:' acl. X535 -..,. ,- 8' 90 Bernd, complete and place peg each. - h,Z - 58,69. 31370 -1 Ea ■ 1" ° Bend, complete and in 1 e a • $__JAL.I__ D-15 B" ° Bead, complete and in place 15 a►. per ea,. K. iae4 Propopal rOSM Page 10 Of 21 xdaendurm Poi 5 Attachment nt No 2 Pace to of 21 . __ ...■•11.•1 12/12/2007 17:32 6263802 ENGINEERING X2 T11 ITEM QTY 6 DST eeerl Lion PART 901' - WATER_ IXPROVIIMIDITS D-16 1 Ea. D-17 1 En. -10 25 Ea. D-I9 1 D D-20 4 Ra. D-21 12 Ea. D-22 3 Ea. D-23 5,000 L.F. 1 D-4 D -5 E. 4;" 456 Bend, complete and in place per each. :.2" Plug, complete and in place e r each. New Services with New AMR Water 1ietera, T e -Zn, all sizes, • :om lets and in place -er each. 'Temporary " Tap To Keep 4" Line Um Service During Construction, :omplee and in place per lump ;ut. i" Tie-In/Connection, complete and Ln place -er each. 3" Tie- TnCnnetiori, complete an in • lace -et each PAGE 16/26 ME1==11117111111111 TWA Price 19X-50 255 'z. 2322: 12" Tie-In/Connection, complete And in • lie -er each. owable Grout 6 Abandon Existing L2" PVC Waterline, complete and in 9.00 115;i5-0- - er linear foot. Wit- Ian l" Valves for Sequencing, Co t► :om le a and in place per each. 100 Pavement Repair, complete and in *-70 S. Y. place per square yard. 17 , rr.re Hydrant Assembly, complete Ea. and in -lace . er each. D-29 D-3 D-31 2 Ndjumt Existing Water Valves, Ea. - • fete and in • lace per each. 100 C.. Cement Stabilized Sand (Water Pipe Encasement), complete and in place er cubic acrd. Trench Safety for Waterline, 6,300 L. P. complete and in place per linear foot. 1 Traffic control, complete and in L.S. lace er lure- sum. 1 water Utility Allowance, complete L.S. and i 12/12/2067 17:32 82638@2 QTY ITBEM O'T 121 Descripbion !' "WY - TRAPP= SIGIALIZATION E -1 1 L.S. 1 .- ENGINEERING Traffic Sina1 i ion - Suowooe Road, complete and in place per lump sum. Traffic SignaLization - Cedar Pass Drive., complete and in place per lump sum. Iv Unit Price PAGE 1 7/26 v Total SUBTOTAL PART - TRAFFIC SIONALIZATION =' ISMS 21-Z2) i 3. TOTAL AL BASE BID (PARTS A, 131 Cr Dr & E) P vpo8 ►l Form Page 12 of 21 3_,71. Ad:er unt Igo- Attachment I1t No. Page 22 of 21 12/12/2007 17:32 0 ENGINEERING ALTERNATE DID ITEMS I ITS[ tI UNIT I eaarl.on ADDXT VI =MUTE 1 . 1 ART ) F-1 F-2 . ' I One Course Surface Treatment (Seal 3./7 . XV Unit Price PAGE 12B Coat, complete and in place per : arc. _ Reflvctive Pavement Marking Type 1 (W) *'LEFT TURN ARROW") , complete and ' . ►� , i .ace per each. 2 Ea. P-7 F- F-10 F -11 F-12 1 Ea. r 40 L.F. Reflective Pavement Marking 'fie 1 (W) " ONLIV , complete and in place per each. l R i., l c ive pavement Marking Type . ( ) # " roles , complete and in place L.P. ,per . ..hear foot. -- - Reflttve Pavement Marking Type 11S L. P. (W) n" Solid, compete and in place per :Anear foot. . . i Reflective Pavement Marking Type 1 930 L.F. ; (Y) #.:''' Solid, complete and in place 1 4s0 . 7,0 ear :.inear foot. Refloctive pavement marking Type 1 (W) ;:4" Solid, complete and in place J ) gia.40 per : ,inear foot. _ t ReitIctive Pavement Marking Type 1 (Y) n4" Solid, Gore, complete and in _ pan, per linear foot. Ref loc ive Pavement Marking Type 1 70 L.F. (W) :Crosswalk) 10' Wide) , complete al.ri place RIF linear foot. Type (Yellow ) Raised Ea. • efltcie Pavement Marker, complete �. r __ $ .and :..n late er eao Type 1- (White) Raised Reflective 20 Ea. , Pavertent Marker. complete and in 1 land per each. ?.19. 30 1 145 z4. s_ � � � s X56• ao 160 L.F. 657- ° 1 L. S. '4. Ito - - raf.!ic Control, complete and in .� s 31, 70 plea ear 1122p . _ 1 TEAL PART ' - ADDITTVI AL?QTR NO. 2 ( T dS F. - -1 32-• rt 70 . _ R *waled Proposal Fora Page 13 of Addendum No . £ At t eel tnt No . 2 Page 13 of 2 I, 12/12/2007 1 : 8263802 ENGINEERING EERIN PAGE 19/26 x i rIi I D TI uNIT ALTIRMATX Description wit Price 'dotal l+TO . - PART ) G-1 F L.P. 24" PVC (SDR 6) Sanitary Sewer ' 22' Cut, complete and in place per line err foot. ZW-ZI 40 np. Zu L. F. 24" C905 PVC (DR 1 ) Sanitary Sewer Forcu Main, complete and in place per line`. foot. $..1222.,_ s 944*# i 352 . F . 36" Pia. Steel Casing, Bored construction, with 24" Gravity Sewer, c...e and i place per linear foot. a2._-____•75 � I L . P . 36" Dix. . Steel casing, Bored Construction with 24" Force Main. .. ompe t and in place per linear foot 445r- i - -_J $ : $ - 6E3).210 G-5 G- 6 7 L.P. _,.�r... T.� Flowille Grout Fill I, Abandon 3xis1' ;ing le" Sanitary Sewer, complete and ;.. lame a linear foot . L `. Remoqbe Existing 12" AC Waterlines ecm ::. and in place per linear foot IZ. , „_ l 0-7 L.S. Tie ..:nto Existing Sanitary Sewer Haub #,le , complete and in place per lump sum. $ 4 1.___ Each _ 8, D.. *a . Fiberglass Manhole (20'-22' Depth), complete and in place per each $ )3 ZZ •O 1 24,.44/5"-- �� •� "�' r, _ Each 4" ,lug Valve and Box, complete and in -..ace, per each. 3' :-j0 ' Each 240 L.F. 24° . ?lug, complete and place per each, 15■ en'.i Safety for Sanitary Sewer Line Force Main and waterline, complete and in place per linear foot. 1( Each Trenr #h Safety for Sanitary Structure, 'complete and in -lace -er each. $ /2-9- $_......i.2 41.-___ , . S . ewa `.e ing Mobilization and emol+pili ati n, complete and in place ser -14 1 L.S. ewaf_erng Bore Fits, Sanitary Sewer Linea and Manhole Structures, comp e e and in -lace .er l m- sum. 3Z2.5- 3,,Z2.57- I I G-1 2 Each I �., Tie 'Into Existing 1" Waterline, complete and n -lace • e lump sum. �- -! _ - N r 1 - 8 _ L.P. j 12" :900 PVC ( R1 ) Tater l ine , til L &act _ 1 i e foot • $ q9 to 1 $___241 7Z-_Z_IL-- 0-17 Each 1 16 • D • ■ Bend, aom l a and in lacy er each. � _ - '1t $__LIk*.:1---___ 18 1 Each 1 12w sate Valve With Box, complete and I !sillEtier each. q- , r 380 S.Y. , Pavement Repair, complete and in Place er square ard. *svil•d PrOpOsal Proposal Form Page 14 of X ►ddondurn No . 9 Attachment No. g Page ti of 21 12/12/2007 17:32 8263602 ENGINEERING PAGE 2e/2G 1 QTY s ITEX IT 111 IV V Dencription Unit Price Total ADDITIVE ALTERNATE NO. 2 - (PART ) (font • d) G-20 G-22 G- 0-24 G-25 590 Two-Course Surface Treatment, S.Y. coy) a er are ard. Reflective Pavement Nrk . Type 1 (W) 300 Off Broken, complete and in place per L.P. x e r foot. Reflective Pavement Mrk ~ Type 1. (Y) lid Double, complete and in L. P. lace per linear foot. Type 1-C (white) Raised Reflective 4 Each Pave rent marker, complete and in pact per each. Type I O G-26 flow) Raised 0 el Live Pavement marker, complete Each and in place _ each - - - ��wr -wires - _■ S3 q7 2..3 Z. 1.414 Reflective Pavement Mrk. Type 1 (W) L.P. 8' Sclid, Complete and in place per 1 rose r foot . Reflective ave ent Nr . Type 1. (w) 1 Each ("Left Turn Arrow), complete and in i&c per each. Traffic Control Allowance, complete and in place _per Ium . � Store. water Pollution Prevention A11o' ancee, complete and in place per ,.... _ lu sum. Expl -•ra ory Excavation's, complete and s 5 ,. in *7 ace 1Ll 8ii. G-27 1 L.S. G-28 1 L.S. G-29 1 L.S. .7 €1. 77.6o 0 1 Sanitary Sewer Utility Allowance, i comp? ate and la a per lump sum . SUBTOTAL AIT '' - ADDITIVE AL ATE PTO. (ICI -1 - 0-30) #t vi..d Proposal Foam Page 15 of 21 Addendum o . 5 Attachment tio. 2 Page 15 9t 21 12/12/2007 17:32 o ITEM QTY & ingrr 3263802 'I Dencriptiort AnnxTrvi mammas D . 3 PR 600 L.F. 630 -3 600 L.F. 550 COMM SEEM 1:11111 MEM OWE MEM ENGINEERING 24" IVC (S DR 26) Sanitary Sewer 20'- 22' Cut, complete and in lace per linear foot. 24° C905 PVC (DE le) Sanitary Sewer Force Main, complete and in place per linear foot . 5' Dia. Fiberglass Manhole 20'-22' Dept., complete and in place per line. linecr foot. Concrete Junction Box at Termination of 4." Force Main, Similar to Type D° ;:torn Sewer Manhole, complete end in -]ace •er each "lowl,ble Grout Fill g, Abandon Rxie ing 16" Sanitary Sewer, complete and in *lace .er linear foot. Remove Exiating " AC Waterline coanp) ete and in place per linear foot. 24° Plug Valve and Box, complete and in .in :.ace .er each. 24° 4. • D.I. Bend, complete and in lace,, per each. 24' R•, • D.I. Send , complete and in H-10 1,640 L.P. 8 -12 1 L.B. 600 L.F. 610 L.F. H 854 S.Y. 3,160 S.Y. 1 a #'. er each. 24° Plug, complete and in glace, per each Trench Safety for Sanitary Sewer Line. Force Main and Waterline, co r :. to and in place per linear foot Trenvh Suety for Sanitary Structure, com :. ete and in lace .er each. • Dewatering Mobilization and Demobilization, complete and in place er :.0 • sum. Tie • Dewatering Trench, complete and in lacii per linear foot. Tie :to Existing 12" Waterline, com c m. :. t and in lace er Lum- cum, 12° C900 PVC (DR Waterline, corn ::.ete in lace • er linear foot. 12" " .: • D.I. Bend, complete and in lace ger each. 12* (.ate Valve With Box. complete and in p :.ac e.er ea c. Pavement Repair, complete and in la + a .er square ad. TWO- :ree Surface Treatment, compete and lace er e • are arch Revised Proposal Form Page 16 of 1111•20111111111• Unit Pries PAGE 21/26 Total s_ife4 . . t0 $ 440/40131- $_7,0211_ $ 79Lt,1). $ �. �3� %35 2,1- !lig! I=1•1 $ r-1.1g S 12.�so 7015- - MEM 244'1• 5' 2104450 $ 5259 12E! 1.01 37 .L ICEZEI 1:1=M CEO zovi- S• 7► $ 3.57 r ,_. addendum No. Attachment 110, a Page 15 DC 2X 1242/2o07 2/2o0 17:32 B263602 ENGINEERING PAGE 22/26 nr v Description Unit Price Total SPIT VH ALTIORNATZ NO. 3 -- (PART RI Reflective Pavement Mrk. Type ) 4° Solid Gore, complete and in place er linear foot. Refi;ctive Pavement Mrk. Type 1 (W) (" i '{) # complete and in place per each. t z- 6. Reflective Pavement Mrk. Type 1 ) (-Lett Turn Arrow") , complete and in $ I°$ _ cit- ':�..: lacer each. Reflective Pavement Mrk. Type 1 (W) 4" F complete and in place per i e r foot. Reflective Pavement Mrk. Type l (W) 8" Sclid, complete and tn glace per 36-160 -�.. linear foot. Reflective Pavement Mk. (Y) 4" Sc lid Dbl., complete and in place � i 7 7504ia er linear foot Type II -A -A (inD) Raised Re l { tiVe Pavement Marker, complete 9bI - ▪ d l n )ace er each. Type - (WRITE) Raised Reflective Pave,.eft Marker. complete and in 6146 91EL: lace per each. Traffic Control Allowance, complete $30,000.00 And rL g 1 a r u rrw , • m Water Pollution Prevention Al lo'eance , complete and in place per 0.5,000.00 1um # sum. Exploratory x ave ns , complete in - _ -C - 1 ac # : per lug sum. Sanitary Sewer Utility Allowance, - - - $20,000.00 compi..ete and in place _per lump sum. - SUBTOTAL PART II" - ADDITIVI ALTZRNATE NO. _ % • Imo[ n-32) I IVWDRDUCTXV Magna 4 - (PART Awoe the Pavement Section shown in the Bass Sid with new Pavement Sect:'.on which consists of 39,450 of 2 thick- - acted ■ua► s 't& 32,450 S. T. o , 2.01. thick k101. etrtpyth flexible bag!' -- JS _11_211_20144c_ hot - infix i ca oncute e►y�at '. cbr with prince coat and 35,850 S.T. oMr f 1 bt : _t eaer.taa gent . - _D with t ah coat surfacq, kevi ■ed Proposal Form Page 17 of 21 50, o epos- Addendum - 5 Attachment No. 7 Page 11 of 21 12/12/2807 17: 8263802 ENGINEERING PACE 23/26 TOTAL BASE BID ADDITNE ALTERNATE NC . 1 FART F * ITEMS Fi.F12) ADDITIVE ALTERNATE NC:. 2 (PART O ` ITEMS 01-1330) ADDITIVE ALTERNATE NC. 3 (PART 11 * ITEMS 1.114132) ADDITIVEIDEDUDTIVE ALrERNATE NO. (UTILIZING ALTERNATE PAVEMENT SECTION IN I. EU OF BASE BID PAVEMENT SECTION) D r TOTAL EASE SID - -- 31 i70 05- 9734k112. s 414 Witt. Io .50,0o0 r -i -111■1-w BID SUMMARY TOTAL BASE SID MUSMIUM4 ADDITIVDED ALTERNATE BID I TEM ND. TOTAL SASE BID ALTERNATE BID ITE TOTAL AL • # BID ITEM NO. 4 ADDMVE ALTERNATE NO. ADDITIVE AI.TERNA"E N, • hit* EDUCTIVE ALTERNATE NO. ADDITIVEIDEDUCTIVE • C $__ GA 2Ly51'L crici s 7. 21, Lsg -8Z TOTAL BASE ND -U _ ADDITIVE/DEDUCTIVE ALTERNATE MID ITEM !MA NC. 4 ELM ADDITIVE ALTERNATE NO. 2, ADDMVE ALTERNATE N. 3 AND ADDITIVE ALTERNATE NO. 1 s. 7 TOTAL BASE BID Km A DITIVE ALTERNATE 1/110.2 TOTAL EASE BID flja A DITIVE ALTER 1 ADDITIVE ALTERNATE NC). 3 TOTAL BAS! BID ADDITIVE ALTERNATE N. N. 3 AND ADDITIVE ALTERNATE NO.1 eq„. x,004 , '.i miiid.rsigned horeby declares that he has visited the site and has carefull y examined the plans, specifications and contract documents relating to the work covered by his bid i:r bids, that he agrees to do the work, and that no presentations made by the City are In any sense a warranty but are mere estimates for the ',Mance of the Contractor, r led P Oposs1 Form Page 19 Of 21 AriAAum No. ! Attschnlrt mo. ! Fag' it of 21 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 500 CALENDAR 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. ATTES City Secretary A RO 1 EI AS TO FORM By: ' ��. Asst. City Attorney l -4 ti;ri F : $ b 0 CITY OF CORPUS CHRISTI r - - -. nge Escobar, Interim Asst. Mgr of Public Works and Utilities BY: Kevin Stowers, Interim Director of Engineering Services City d? CONTRACTOR SLC Construction In . By: Sara L. C ark Title : President of SLC onstruction LLC P.O.Box 639 (Address) Conroe, TX 77304 (City) - - (State) (ZIP) 936/441 --8088 * 361/851 -0612 (Phone) (Fax) Agreement Page 2 of 2 DD o. Ulall1111 SEARV 12/.2/2007 17:32 8263802 ENGINEERING PA E 06/26 REVISED P R S F O R M F R EMHART ROAD PHASE 2 — SARATOGA BLVD . TO A PASS DRIVE T NO . 6 2 DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS HRIS ' , TEXAS Ritiolsed Proposal rr Page 1 of 21 d�dindtlm No . Attfichm 'nc No. 2 Page #. of 21 12/12/2007 17: 8263802 ENGINEERING PAGE 07 Proposal of P R O P O S A L Place: City of `us Christi,Tx Date: rn 1 07 a Corporation organized and existing under the 1aws of the State of OR x Farts rers jp or Individual doing business as TO: The City of :o s Chris i , Texas Gentlemen! The undersigned hereby proposes to furnish all labor and materials, tools, ;.nd necessary c ipmen , and to perform the work required for: EVSRHART ROAD PHASE X. - SARA TOGA GA BLVD . TO CEDAR PASO DRVYN PROJICT NO. 6253 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit: Reviles po•al Form Page 2 of 1 Addendum No 5 AritachmNnt lio. ? Page 2 of 21 12/12/2007 17:32 8263E102 ENGINEERING PAGE 08/ 26 Revived Proposal Par Page 3 of 21 Addendum No , 5 Attachment No. 2 Page 3 Of 21 IT III I ITZM ;r: Dencription Unit Price Total E PART AN - STREET siD.EWALK 4 DRIVEWAY IMPROVEMENTS I A-2 40,200 S.Y. /�1 #r M .F. r ' stret!t Excavation, complete and in ace• are i _ s _ U ant :i ipat d sidewalk Removal, omp :.. and in lace square foot 1 �� A-3 1- ��■y rJnanticipted Driveway Removal, com : Ate and in place per square foot 2.04i _� � -� l A-4 39,450 5 i " i:ompacted Subgrade, complete and i p• ;ace per r'e_yard. $ zsG * 61 - - - ~ C '� 3 . _._ 40,150 s . . Ten i•i B # 1 00 eo rid, complete and n ..a r are_ yard. - ,��i 3 1■I � _ 3 9, 450 ■'Y ■ _ 23" .•'le i le Bane }Ugh Strength, comp:.eto and in .lace •er e. are yard _ � , 5,380 Gal. Prima Coat (0.15 a1 FCC .) , complete and ..n place per gallon. �~ e , ..�_ A; 35,850 ■ 3° NI IA , Type , complete and fir. p■a:: a are and _. _ �■ /■ #� T .r - D V " R#•' ad r Curb, complete and in place per Linear foot. $._11.44 $ 5,625.00 1 ai_ 1 i , 0 S.F. ° + )nc ete Sidewalk , complete and i Placl.etETMEELL.— nc rete Driveways, complete an d p er oquaT foot. , s_Le2.11L022_,_ $ 4,3 99720 �2 3�' # A0AL_ 1 f 10,440 S.F. -1 ` 1,540 S.F. on fete Curb Ramps, complete and in 1ac are foot. !• - A-13 20 C.Y i■� _ eme.• Stabilized Sand (Gal) Pipe Erica aemerit , complete and in place !r ;7 yard. 32-25 __ 6045- 0 5 - A Ea ■ Ad u Wasting Gas Valve, complete and 1.r ace r each ■ • 1 ■ Su Monument, complete and in Imo' Irr r1 r ea • - - - 3 con 5 Day. complete and in place per each $_(/1-15- . $ I, 6-.6.1_10 1 I A -17 25 Ea. _. Reflective Pavement Mirk 'fie 1 (W) ( "Le f Turn Arrow ") , complete and in plat}er each. _ $.1Q9. 4s 1 i 1. xi-7,4125- A-18 2 Ea. Reflective Pavement Mrk. Type 1 (W ) ("Right Turn Arrow ") , complete and in lace per each. 101.6p5.7 .r 2 2I4 t...,�_ 1 � A -19 7 Ea. Reflective • Pavement Mrk. Type • " n l h , complete and place per each. /4.3C 1.0a6.95- .* r 9 A-20 'T. 0 L.F. Reflective avem r t l rk■ Type 1 (} # Er . , complete and place per linear foot. _a �� (242� Revived Proposal Par Page 3 of 21 Addendum No , 5 Attachment No. 2 Page 3 Of 21 12/12/2007 17:32 B263862 ENGINEERING PAGE 09/26 1 21 11! Iv v IT7 I WY 6 ' UNIT Description i Price Tots It_ ► T '" - STREET 1 ZWA i IK a DRIVEWAY IMPROVIDOWS oTI s -- — - - Re f l t i e Pavement Mrk. Type 1 (Y)4° r per r line# i foot. • 5 • 7 r 9 0 V . , 5� * ,/ 4 A# 700 1 a ct ive Pavement Mrk. Type 1 (W) ' ..'k . , complete and in lace per linear `1 r 4 % It - 1 A-23 A- +'� 4 ; 0 L.F. Ref lnot ve Pavement r3 . Type 1 (W) " Solid, complete and in place per linear foot. -1 -- tf5741_q____ .eiloctive Pavement . Type 1 (Y) 4" Solid Dbl . , complete and in place per :.inear foot. $ 7 $ 70 A -25 205 L.P. . Refifictive Pavement kirk, Type 1 (W) /� . o 24" li , complete and in place per linear foot. `'I " $____1,-1:6. ,0 . A-26 790 L.P. Reflective Pavement rk . Type l (W) (C oi'u w ik )(1 ' Wide) , complete and .1 in . tin a foot ■ $ 1613 -00 0317-00 A-27 200 Ea. Type II- A -A (YELLOW) Raised Ref .•votive Pavement Marker, complete and ::.n .lace . - # each • $__- 9.6,6 _ A-28 200 Ea. Type 1` (WHITE) Raised Reflective Pavement Marker, complete and it place per each. $ f1/ . op A-29 6 Ea. Strent Sign Assembly, complete an in p a c i _each s. 3e27.0 $__ a.7.,.— w�ww .. - _ � A-30 4 Ea. , - Speed i Limit Sign, complete an t -.. - 1- a ► Stop Sign, complete and in place per each — _ i - l ► r No Parking Sign, complete and .x plaon;�r each. -. - Otte ;.* Regulatory Sign, complete and in p.•.ace i` each . - -_ 1ars+,_ �., ��� — i - ,• -••-_ A-33 -- 1► r -- - � 4 1 ra f: ! i Control, comp1e a and in lacy: - er line . sum. �i 2 / � , ,.�• l -35 1 L.O. Allowance for Unanticipated Traffic Cont..!ol, complete and in place per lump ■ism. #. ..... $40,000.00 A-36 1 L . Exploratory Excavations, complete and .. in e ear 1 sum .� �. _ SUBTOTAL PART '.A0 - OTREET, SIDEWALK 1. DRIVEWAY ruriovmmumg (ITS Al-A35) 2.1176 7100 Rev11a Proposal Form Page 4 of 21 Adderdwri No. g AttachMent No 2 Page 4 o 21 12/12/2007 1 . B263E302 111 Description MIT 9111 - STORM hT : 111PROVIDEINTS ENGINEERING PAGE 10/26 low(ible Grout tit Abandon Existing S orn Sewer, complete and in place er :;. inear foot. Plowable Grout & Abandon Existing 7" torn sewer, complete and in place per ::. iueax• foot. 15" RCP Storm Sewer, RCP ( 1 ::a III) , complete and in place per :.inea oo t 1e" RCP Storm Sever, RCP (Claus III), complete and in place per :..sneer foot. 21" RCP Storm Sewer, RCP (Claims III) , complete and in place per :.fear foot. 24" RCP Storm Sewer, RCP C a ::is III) , complete and in place or :.freer foot. Unit Price Total 24. 51 ./ 7o. 125 L.F. 130 L.F. $_40-qZ- _ $312 I. (aG zi' S. 7" .AACP Storm Sewer, RCP ( la:: s III), complete and in plate per :,fear foot. 36" :: P Storm Sewer, RCP (Clam; III) , complete and in place er :. inear foot. 42" :'MCP Storm Sewer, RCP (Cara ;s III) , complete and in place er Linear foot. 48" :CP Storm Sewer, RCP (Clals III), complete and in place per Linear foot. 54" ACP Storm Sewer, RCP (Clain II) , complete and in place er linear foot. St cieb Inlet, complete and in place per ..Lac h. ' Inlet Extension, complete and in lac per each. Side4alk Drain, complete and in place per Bach. Type "A" Storm Water Manhole, omlee and in place p r each. Type "B" Storm Water Manhole, compiete and iri place per ! . 54•..&5• Prefabricated RCP Bend, c• - lete and in lace er each. Seeding at Dieturbea Areas, complete and Isi lace per 1r are ard, of 6. L3_ bZ, X 73.90 320 L.F. X39.)4 120-4/1 1 .1 o , 93 30 2,000 L.F. $ 142%r $ 34 osb Silt Pence for SP, complete and in lac a per linear foot. ►sv-rd Proposal ram Page of 1 o r au No . 5 At t iich rent Na . Pam o 21 12/12/2007 17:32 B263802 ENGINEERING PAGE 11/26 Revised reepoisi torr,t Page 6 of 21 endwi Attachmezie o. 2 Page 6 of 21 II III ITEM Q e IT Description unit Price Total PART "S" - STORK WATER IMPS Comet # d i J 1 I i::'F. L.P. and :41 place per linear foot . $ 3.131 $ t tt B-21 300 Unanticipated ate u b & Gutter Removal, mp.I.ee and in place per linear foot a ■ ' nc: et Outfa►ll Structure, complete an ti �n .lace ec each. . 33-21 200 , Y . Cement Stabilized San (storm Water Pipe Encasement) , complete and in •1a': per cubic yard. $ 52- ZS- 4450 -' a . odi: y Existing Inlet o Junction Box, .-fete and its glace • e each. •� 3 7( -� ,� B-25 1 Ea. l Existing Storm water Manhole o , comp lete and n place •er each. -- - / �.... +} 200 • i • Hay a1e�a, complete and in place per 1 1.ne foot • B-28 1, 710 L.F. Tie Ent° Existing Concrete Box. com.Lete and in .lace - e i.IL lump sum. TT li T n : Safety for Storm Sewer, . Le and in .lace ;er linear foot. ._ r4v5 -_ 1 1 -C .'.....1, -- _: B-29 Ea. ren :h Safety for Storm Water S ru :t r , complete and in place per each. /21- - 1 Tra t i Control, complete and n place tum sum . �a 2.,"� - _ — B-31 ]L.S. S o . Water 11. ity A llowance, comp-Late in place lum. sum. i _ _ 51-1131) $30,000.00 404* - -_ - -�- - -__- ,mg 1 sumnum PART "BR - STORM WATER INPROVIDOINTs (rrines Revised reepoisi torr,t Page 6 of 21 endwi Attachmezie o. 2 Page 6 of 21 12/12/2007 17:32 8268802 MEM I QT UNIT XI ] eer rL tion PART WASTIWATIR_IMPROVEN2NTS C -1 C-2a 3,3E0 L.F. 1EE C -b C -3 C-4 C-6 1,700 L,F. 500 L.F. 140 L.F. 1,020 100 L.F. C-10 60 L.F. ENGINEERING M C C10 +:d Circuit Television Inspection of ' , .0" , " and 1" Sanitary Sewer Lines, complete and in place per l inei r foot. _ I ob.: i zatior and Demobilization for Cured-In-Place Pipe (CIPP) Construction Program, complete and in l acv per linear foot. Setups Charge for CIPP Installations less than 75' in length, Complete and in #:._ per "each, Setup Charge for CIPI> Installations greater than 75' in length, Complete and ;:,place per each - B" Cure-In-Place Place Pipe (CUP), complete and ;!.n •lace .ear linear foot. 101 1:ured- ri -Place Pipe (CIPP), co • ;'.ee and ► place er li rear foot. 12° r:u ed- In -Place Pipe ( PP) c_ - ..e a and in place e r linear foot. 15' i:: - n -Place Pipe I PP , comp :.ete and in • lace er linear foot. 8° FTC (SDR 26) Sanitary Sewer 0' - 1 ' Cut, complete and in place per linear foot. 40 L.F. C 10 L.F. 10 L.F. 40 L.F. 600 L.F. 760 L.F. 1,230 L.P. " P"T D 26) Sanitary Sewer 1' 12' 'Am. complete and in place per linear foot. PAGE 12/26 u it Price Total O, coo 347.5w — 8" P". /C ( Sanitary Sewer 12' 14' '':ut, complete and in place per line; &r foot. 8" prc (SDR 26) Sanitary Sewer 14' - 16' ":ut , complete and in place per linear foot. 3" P' y (SDR 26) Sanitary Sewer 18' 20' ! *ut , complete and in place per linear ar Loot . 12" .PVC (SDIR 26) Sanitary Sewer L4'- 16' :t, complete and in place per linem foot 12" ?VC (SDR Sanitary Sewer 12' - 14' .:tLt, complete and in place per : ine trr foot. ? 15" (SDR 26) sanitary Sewer 14' 16' :tit, complete and in place per line x foot. rkriC (SDR 26) Sanitary Sewer 16' - 18' !ut , complete and in place pe r lire it foot. 710 -94 7 to LI93S• ‘10 U 31. io r___ 101.04 Revi eed Pro p0004. Form Page 1 of 21 Addendum No. 5 Attachment No. Page 1 of 21 12/12/2007 17: 8263802 ENGINEERING PAGE 13/26 I II Ili ITEM � UNIT Desrion flit Pries Total ART C - t/ASTZWATER I R (Cm:11'd C -16 . 180 L.P. 21" PVC (SD 26) Sanitary Sewer 8' - 20' Cut, complete and in place per li enr foot , $_/50.5'3 a I • 40 -17 990 L.P. 24° PV DR 26) Sanitary Sewer 1B' 20' Out, complete and in place per linear foot. U:71.91 I9i 10. C-113 12n (:900 PVC (DR 1B) Sanitary Sewer 44 L.F. F cut Main, complete and in place per L4nei.i r foot. $ 01426 26 3 993.9 2. C -1 gVa a Box, complete and in 12N •I , t Each Z' - C- o 12N 900 D.I. Bend, complete and Each 5 )24;11 + +9 05 PVC (DR 18) Sanitary Sewer 5,000 Fore Man, c mplete and irk place p r L.. F ■ inear foot. $ . 5 $ 4,4.4 _ :45;.r: Dix. Bend, complete and in 5) - 24° :?lug, complete and in place per each . 139 .1 i 450 7 oic C-24 c-25 5' D, R. i e lase M.L. Air Ai eleaee Ea. 1 1v +'_ , complete and in place per each. _ 01 &O *0 ':?ling Valve & Box, complete and in 2 Ea. + •` 5' D is . M.H. 3' + 14' Cut, complete +� and .ln place aer each. $ � ,,�.I � � - _�� I � 7 + fr I 5' La►. M.H. 14' - 16' Cut, complete and in place _per each • � is • ' ' La + M.H. 1 ' - 10' Cut, complete and i21-21412_RtEnttk.1----___ .'531 5 Leindig5o P - 3:9 C-29 - -ma 5' D is . M.H. 20' - 20' Cut, complete 6 Ea. And Ln place per each. B" M nhoe le Drop Connection Assembly, ■ # _ D3131P__ $ 1 i. 7 7 — C-31 10" 4anhole Drop Connection A e b1y l a — - comp L e ardi lace - per each + .. ,_ _ _. __. 5 " , -. Yi Adjuat Existi Sanitary Sewer i . a• To , com fete and 1.Ii ce per each C-33 Grou: Fill & Abandon Existing 4 Ea. Sa i, ar r Sewer Manhole, complete and in place per each. 774- $3,0 c-34 Floutable Grout Fill S. Abandon 0 L.F. Existing " Sanitary Sewer, complete and in .lace .er linear foot. $ 30q e0 sZ.:14 _ -� c-35 1 - 20 L.F. - Towable Groui Fill &, Abandon •Existing 1 0 Sanitary Sewer, com nd.in place e°`r,li ea foot. Revised Pro dial Farm Page S of 2 Addendum Po . Mtict ere:r t Ha . 2 cagy of 22 12/12/2007 17:32 8263802 ENGINEERING Z Description PART C WASTIEWATER XN PRo oat f -36 C-37 C-38 C -39 c-40 C-41 C-42 -43 C-44 c-45 C-46 -47 C -4 C -49 C-50 f 2,260 L.P. Flow.ble Grout Fill & Abandon Exist:irg 22" Sanitary Sewer, complete and ] • lace * ear linear foot. 510 1 i� 1e Grout Fill I Abandon .P. E r. stains le" Sanitary Sewer, complete and :;. ]lace .pay linear foot. I it price PAGE 14/26 Total 9,020 Trent!h Safety for Sanitary Sewer Line and Pre Main, complete and in place L.F. e : =. i wear foot. 19 Ea , Tr�en }:b Safety for Sanitary Structure, oomp..ete_ and in place per_ eel. Rehabilitate Existing W.W. M.H. (12' 3 Ea. - 14 Depth) , complete and in place er #each. RehaiAlitate Existing W.W. M.H. 1 Ea. (14' - 16' Depth), complete and in iaeLr each. eha'iltate Existing W.W. M.H. 2 Ea. (16' - IS' Depth) , complete and in p1ac4 per each. 3 e a: ilitate Existing W.W. M.H. 3 Ea. (18' - 20' Depth) , complete and in plact per each. 4 Rero4te Existing P.M. at Inlet Local..ions, complete and in puce per Ea. each. 9 Tie- rnt xistin Manhole, complete Ea. and in lace per each. 30° 3ia. Steel Casing, Bored 92 Cons :ruction With 21" Gravity Sewer, L.P. comp fete and in place per linear foot. 36- Dia. Steel Casing, Bored Construction With 24" Force Main, complete and in place per linear foot. 200 Dewatering Mobilization Demcbilization. complete and in place per ,lump gum Dewateri g Trench, complete and in place er linear foot. Cement Stabilized Sand(Sanitary Sewer Pipe Encasement), complete and in place per cubic yard. R.yii 6 Proposal Form Page 9 o 21 Addendum Po- Attachment No . INne 9 of 21 12/12/2007 17:32 82b38@2 ENGINEERING ING PAGE 15/26 I ITEM 11 OTT & UNIT Description PST C WASTEWATER IMPROVEKENTS M urat' d C-51 C-52 C-53 240 , il-r7C-L-spht.lt Pavement Repair, complete and ,. -- S.Y Lard. • Unit Price V Total 1 i Traffic Control, complete and in W- L.S. lam: sr lump sum. .. w 1 Sanitary Serer Utility Ail , L. S. 1 nt. a in er 1u Etsp, SUBTOTAL PART "V' - WASTEWATER IMPROVEKENTS (IT EM Cl-053) $35, 1,112. 2.1. � 1 II Q4iY&U*±T - WATER I III IV V TIEW P A R T "Es" Description Unit Price Total c D -1 . 1,200 L. P. 3ff 0900 PVC R 18) waterline, .:omplete and in place per linear foot. % - D-2 L. L " C900 PVC (DR 111) Waterline, :omp1e and in place per linear foot. O 3 - f D- -- -_ 1 a h L2" C 12" x ` Tapping Sleeve, ..e a e d in PlIE1-22.E_!ach. D# 4 1 a. ..I 12" sate Valve With Box, complete per h . _ , 152,- D- 5 1�� __LJELLE2.142p 13 0" Gate Tame With Box complete Ind ire la ach. i�i•n� i 6" Gate Valve With Box, complete anja_a_214ce per each. , " 122x12Ci2" , complete a 7d e - per each. _ � 4205.90 -�► I . . l ' . D 7 D-B "i 12 Ea. 1 0x " O" Tee, complete and in latce per each. 1 "x3 " S" Tee, complete and in • lace - er each ■ - -� -' . . \_- _ . 2- - - 1 a► . y ■'mil Al �l•L■ , #f - # 0 I 7 ' complete Le ier ear. 12' to 8" Reducer, complete and ace each. #_• +ilk S'. I? FYI ^ _ Z . 1 .•R ,.,f...� Ea. -1 8" to " Reducer, complete and in 1 Each P2122-21E a° ■ 193-5-0 :;:; ;;r9:nd , i t ir 6869. 5 -14 1 Ea 45* I complete d in dace REF each. • 1 a . ° Bend, complete and its place i • per each. — � • 3V7 o' - � -r■r Revised Proposal roma PsgP 10 of 21 Attachment No. Page 10 of 2 1 12/12/2007 17 :32 8263862 XI Depart - ion ENGINEERING PAGE 16/26 Uhit Price Total 5,000 L.F. 100 S.Y. 100 C.Y. 1 " 45° Bend, complete and in place .,e • each Plug, complete and in place each. New Services with New AMR Water Meters, Tie-In, all sizes, ,:omplete and in lace •ear each. Temporary 2" Tap To Keep V Line Cn Service During Construction, :omplete and in place per lump gum. i" Tie -In /Connection, complete and In place sr each 3" Tie-In/Connection, nection, tt lete and in •lace per each. 12" Tie-In/Connection, complete and in • lace -ear each. Towable Grout & Abandon Existing L2" PVC Waterline, complete and in 'lace - er linear foot. :ut • xn 12" Valves for Sequencing, :omlete and in place per each. Pavement Repair, complete and in ?lace per square yard. E`irc Hydrant Assembly, complete and in • lace per each. drat Existing Water Valves, co - lete and in # lace per each. Cement Stabilized Sand (Water Pipe Encasement). complete and in place er cubic acrd. Trench Safety for Waterline, complete and in place per linear foot. Traffic Control, complete and in *lake -er lum- sum. Water Utility Allowance, complete and in - lace • er lum • sum. is -- 20,000.00 SUBTOTAL PART "D" - WATER IMPRoViKENTS (ITEMS DI -D32) Revised Proposal For Page 11 of 21 Addendum o - 5 Attachment No. 3 Page 11 of 2 12/12/2007 17: B263802 QTY Demeription UNIT ENGINEERING PAGE 17/26 Traffic nal a ion - Snowgoose E-1 1 L.S. ,Road, complete and in place per lump sum. 'Ta inal aiu -Cedar Pass E 1 L.S. Driv4. , complete and in place per lump sum. SUBTOTAL PART " - TRAFFIC BIONALIZATION (IOW Z3. ) Revised Proposal T Page 12 of 21 1ttder dun' . 5 1ttAerime�it No. Page 12 of 23. 12/12/2007 17:32 8263802 ENGINEERING PAGE 16/26 ALTERNATE ITEMS I IT IT QTY i -t UNIT Den cr ipt ion ADDITIVE ALTERNATE NO. PART F-1 F- F -3 F-4 F-5 F- F-7 F -8 P-9 P -10 F -11 F-12 740 One Course Surface Treatment (Seal . Coat, complete and in place per square a yards Re l votive Pavement Marking Type 1 2 Ea. (W) "LEFT TURN ARROW ") , complete and in p :,ace per each. Re lco ive Pavement Marring Type 1 l Ea. (W) ` L " , Complete and in place per r.ach. 3. , e 2. mtive Pavement Marking Type I L.P. (W) 4 :'" Broken, complete and in place r Linear foot. Re lnctiv Pavement Marking Type 1 115 L. P. (W) t :" Solid, complete and in place per :.,near foot. _ Reflnctive Pavement Marking Type 1 930 L.F. (Y) 4;" Solid, complete and in place per : *inear foot. Refinctive Pavement marking Type 1 40 L.F. ( : " Solid, complete and in place per Am ear foot. Reflective Pavement Marking Type 1 260 L. P. (Y) ;:4" Solid, Gore, complete and in pi.a+1 per linear foot. of l..•. ive Pavement Marking Type 1 (W) :Crosswalk) 10' Wide) , complete and :.n place �_P in ear foot . Type A -A (Yellow ) Raised 40 Ea. Ref 1qctive Pavement Marken, complete _ate :..n lace per each* Type 1- (White) Raised Reflective 20 a * pl ei: en Marker , complete and in a c :e per eac _ . L.S. T af.!ic Control, complete and in Pia c per lum eum. 70 L.F. TV V Unit ri ee 3- Total gct7a r3o He. 35- s�� s l/5z4. i 4.0 $ 1141 4/50) r Zo N6-:. 4o 1!57.&c? 14041,- 3S7. 9, kg f4.40 - 3� SO TOT L FART ADDITIVE ALTS'RNA' R MD. 1 (IT F- - -1 Rovimed Proposal ?arm Papa 13 of X 307o- 3 Ar fiend +i Xa . £ ___] At t aah1R•ft NO . a Nigel 13 of 21 12/12/2007 17:32 26 8 ENGINEERING PAGE 19/26 llrrd Proposal Form Page 24 of 1 7;;;;;=7.-77---1 Attachment No 2 Page 14 or 1 U Description r Price Total ADD Y! ALTIONATX NO. 2 - (PART 1 20 L.F. LL r [24"1VCCBDR) Sanitary Sewer 20' * Cut, complete and in place per l l ei•. foot. eGo.z I s/o1i,. 2 949x. fa - a $ is -N.06 G-2 L.P. C905 PVC (DR 1 Sanitary Sewer � Forcu Main, complete and in place per ' lei. foot ■ 352 L. P. 36" Pia. . Steel Casing, Bored tr omp.•ete and in place per linear foot. � � z 457 - i -. _ 0rt 352 L.F. air 36° DFDi a . Steel Casing, Bored Construction with "'" Force cairn c mp..e to and in place per linear foot $ Is.qc- 10.7 ot/60- ' - -- G-5 70 L.F. Plowable Grout Fill id Abandon Existing 1s" Sanitary Sewer, complete place er linear foot. / ' 6E3) . 7,0 1 6 +yr _land Remo", Existing 12" AC Waterline, compete and in place per linear foot . G-7 #[ ` Y . f Tie +•rnto Existing Sanitary Sewer 1Math1c1 complete and in place per lump sum. i . !Oa IS- _ Each 5' .•.a . Fiberglass Manhole (20'-22' complete / each Z.5 �, _______4 1 r' Each " .• .0 Valve and Box, complete and ..ace, per each. ate• -war �- ,, , - l Each JDewa:eringMobilization ,...��,.r 4" ..?lug , complete and place per each 1354. 1G-11 240 L. P. ' ren'ah Safety for Sanitary Sewer Line, Force Main and Waterline, complete and in place per linear foot. 1 �1 Tren : Safety for Sanitary structure , awyk14221Isn per each. ation and DemdDilization, complete and in place sr lum . s mn . $ IZI - 1 110 _ $ _I-DLL Z9 G-13 L . S . 10-14 1 2 Each ewa rering Bore Pita , Sanitary Sewer L ne•s and Manhole Structures, o ''Late arld in a eer l2 au m. pWaterline, $ 321" Z 5 Tie 'Ent o Existing 12° et comple and x dace er u el"' v - - ' - -- - -17 84 L.F. 4 12° :900 V ( 1 ) Waterline, corn . its in place der~ l ,near foot. $___±61.7121L___ , ,. 12" IV D.I. Bend, complete and in $_,_,qQ. 4c) $_i_ji 1 1 Each 12" late Valve With Box, complete and in lace a each. 2:044- $ 2.044- - 280 S.Y. Pavement Repair, complete and in ].ace er s are and .���►" t llrrd Proposal Form Page 24 of 1 7;;;;;=7.-77---1 Attachment No 2 Page 14 or 1 12/12/2007 17:32 8263802 ENGINEERING PAGE 20/26 - xi I Iv v ITEM .ADraTIVE Description Unit Price Total ALTERNATE NO. - ( RT _ iContsd) 590 S. Y. Two-Course Surface Treatcment j ornp3 ete and i lace • er s. are and. Reflective Pavement Mrk # Type 1 (W) " Broken complete and in place linel r foot , . i -- 2, ` -• At j 11 G-21 r - L.P. 80 L.P. - Reflective Pavement lr] . Type 1 (Y) " S lid Double, aoplte and ire •lacy• .er linear foot. - -. $�_ •� G-23 Each 1 Each Type 1- (white) Raised Reflective avewent #arker, complete and in place. per each. Type -A- (Yellow) Raised Reflective Pavement marker, complete ard" i 1a► a each. $ � X. ' 946 77- - 4 G-25 00 L.P. . Reflective a e nen Irk. Type 1 H" Sc l irk, complete n i place per inea r foot. ,c7 " G-26 Each-, Reflective Pavement Mrk. Type 1 (w) e Turn Arrow"), complete and in $ i 0°1%65' $ i 1:19.4,'S- -'7 1 L.S. Traffic Control llowa e, complete and in in place per ru irn s�_._. $15,000.00 I G-28 1 L.S. _, Story+. Water Pollution Prevention Allot #ancee, complete and in place per lump_ sum. $ $6,0o0.00 ; G-29 1 � rr R lc ra o Excavations, complete an in p a. r rum Su3n • .. 1 _ Sanit ary Sewer Utility Allowance, complete an in l ae a per lump sum. _ $10,000.00 SUBTOTAL " " - ADDITIVE ALTERNATE o . (TTEK9 .-L - a-30) r -- S 34 o aaimea Proposal Form Page 15 of 1 Addendum No. 5 Atka bmei t Igo. Page 15 9f 21 12/12/2007 17 :3 4263802 OW $e SIT ENGINEERING PAGE 21/26 Description Unit Pries ADDITIVR ALTER/UM NO.. 3 - {PART III 600 L.P. 630 2 Eath H-2 11-3 H -4 1 Each 4" IVC CSR 26) Sanitary Sewer 20'- 22' Cut, complete and in place per linear foot. 2 PVC (DR 18) Sanitary Sewer Force Main, complete and in place per linen r foot. 5' Pa. Fiberglass Manhole 20P-22' Dept , complete and in place per 11ne.r foot. � � Concrete Junction Box at Termination of . " Force Main, Similar to Type D ;:tort Sewer Manhole, complete and in p3 .ace er each. Flowa,ble Grout Fill & Abandon Existing 10° Sanitary Sewer, complete land ill, place per linear foot. emote Existing 12N AC waterline, complete and in place per linear loot. 34-6 600 I.P. 550 H -7 H -11 Each 2 Each 1 Each 1 Each 1,040 L.F. 2" Plug Valve and BOX, complete and in Ci.ace ter each. 4" '.5' D.I. Bend, complete and in lace!, per each. - 24- e-.0 • D.I. Bend, complete and in :: each 24° Plug, complete and i place, per each Trench Safety for Sanitary Sewer Line, Force Maim and Waterline, comp :.ete and in place per linear foot~ : Trench Safety for Sanitary Structure, H-12 E_21s/L__....0:1111.i.ete and in place per each. Total $__ I f��f • 3'? W S I Dewatering Mobilization and 1 L.S. emob bili nation, complete and in place Dewatering Trench, complete and in placn per linear foot. - 2 Tie : :nto Existing 12" Waterline, Each cow . :. to and in -lace ■ er ice. BUM. vrr 610 12N : :900 PVC (DR 18) Waterline, L.F. cornp.:.ete in .lace • er linear foot. r---600 L.F. H-15 H -16 H-18 H -1 IT H-20 2 12" .,S* D.I. Bend, complete and in Each * lacit per each. 2 12" (late Valve With Box, complete and Each in :.aceper each._ Pavene t Repair, complete and in plac r - er 8 - _re ad . OSO S. Y. 3,160 'Two.. #1.ou ee Surface Treatment, S.Y. cornea: ,ete and -lace per square and. Revised Prop—coital ?ort Page 1g of 1 2.3 _ 35. 7o fd.ctdut o. S Attachment o . 3 Page 16 of 1 1 12/Z2/2007 17:32 8263862 ENGINEERING PAGE 22/26 1 I rx 3, — -------n.r--- ITEM UNIT Description Unit Price Total I , ADDITIVE ALTERNATE NO. 3 - (PATH) I ��. H-21 __. .. 1 L. F. •• -•--mow Reflcctive Pavement Mrk . Type l (Y) 24" Solid Gore, complete and in place per linear foot. j.7'? 123 •1 H-22 Each Reflective Pavement Mrk. Type 1 ( (" NI ") , complete and in place per each- 1,0)35 $ { i 14g,..5 H-23 1 Each Refle.ctive Pavement Mrk. Type 1 ( Lett Turn Arrow ") , complete and in lake per ea ch. - 1 • C _ _ _ _ 10:_ii.:_5 H-24 1 L.F. # Refltctive Pavement Mrk. Type 2 (W) _ complete #1 ■1 J c per linear # #r 1 * #� # �iR�tir� �r foot. At, - - H-25 40 L.F. Refltctive Pavement Mrk. Type ]. (W) 6" Sclid, complete and in place per lineer foot. -_ &•_ _ _ _ ++ H-26 L. F. Refltctive Pavement M k. Type 1 (Y) " Sclid Dbl., complete and in place per linear took - -' -- Type II -A- (YELLOW) Raised RefItctive Pavement Marker, complete and I -lace .ear each. `ei 756_, lop / t S ; - 1 % - -� H-27 100 Each _ H- Eaa Type 1-C (WITITE Raised Reflective y aveu.ent Marker , complete and in ktei y plact per each. -- H-29 1 L.S. Traffic Allowance, complete and 2•1 place per lamp s m . $30,000.00 . H-30 L.S. Story.. Water Pollution Prevei1tio Al lo! ar ce , complete and in place per lurip sum. - " ...... � $15,000.00 1 I 1 L.S. - Exploratory Excavations, complete in . place • per lump sum. ?2.75 2. c- 3 1 L.S. Sanitary Sewer Utility Allowance, comp..e an in place peg` lwm cum . # #.. - - _ _ $20,000.00 OUBT0TAL PART "E" - ADDITIVE ALTERNATE MD. 3 ITEM 1.1 - R-32) -- , .,.,.. ADDITIVE/DEDUCTIVE ALTERNATE NO. 4 - (PART I) iAplpee ,the Pavement Section shown in the Base Bid with new Pavement Iect;won which coneii i of S 450 0.Y. of X 2 7* chick _ a ctad aubarado and ._., r 9, 50 S.Y.. f thick hi strAen g h fle3ib le ha - 0 R.T. * thick hot -- mix ahalic 50, cone :4 aa►eitio► , _ _ '�• _ . II, C or D with rie coat and 35 850 ELY. o mr thick hot mix en haltic concrete 'I Pave!rnto bra -_ - nth- tack coal (final surfecoLL kevi ■ed Proposal Form Page 17 of 21 50 - [;ddeTiduln so . S Attachment PO. 7 Page 11 of 21 12/12/2007 17: 8263882 ENGINEERING PAGE 23/26 TOTAL BASE BID ADDITIVE ALTERNATE N . 1 (PART F R ITEM Fl-F12) ADDITIVE ALTERNATE IBC :. 2 (PART 0 F ITEMS 01-030) ADDITIVE ALTERNATE NCI. 3 (PANT H - ITEMS Hi. H32) 6, 376 1q5 . i $..._,E1,719 57.01.42 • $ so ADDmVEIDE U TIVE A VERNATE NO. 4 (UTILIZING ALTERNATE PAVEMENT SECTION IN L,EU OF BASE BID PAVEMENT .. SECTION) DD DUCT 1 450, TOTAL BASE BID TOTAL BASE BID PLUS ADITIVEIDED 11 ALTERNATE BID ITEM N, TOTAL BASE BID ' US ALTERNATE BID 1TE a, CG37b, 145: t2 E DUCTIVE TIVE ALTERNATE NO. TOTAL BAS vit 1 ADDITIVE/DEDUCTIVE ALT _ } BID TEM ND. 4 EWA ADDITIVE ALTERNATE NO. ADDITIVE ALTERNA` NO. 3 si___LILL12±E12: 4,9941,`19 1.72_ 7.14 zi,i541.6z, TOTAL BASE BID plu,s. A DITIVE ALTERNATE N0,2 TOTAL BASE BID PLUS ADDITIVE ALiERtei, 1 ADDITIVE ALTERNATE NO. 3 TOTAL BASE NI ' _ _ k'"' ALTERNATE N. 2, ADDITIVE A NO. 3 AND ADDITIVE ALTERNATE NO. $ /, 3"11 i59. $ (-I 04 , Zrzi.ea Theundsrslgned rt r y declares that he has kited the site and has carefully examined the plans, specifications and contract documents Mating to the work covered by his bid .3r bids, that he agrees to do the work, and that no representations made by the City are In any sense a warranty but are mere estimates ates for the guidance of the Contractor. 1ev#ad Propoloal Tom Page 103 2 Addendum No. 5 Attschnsnt No. Page LS of 21 r TOTAL BASE RID U NUAADDITI EDUCTIVE S 7 . . Zig. Di w _ ALTERNATE RID ITEM NC. 4 fjga ADDITIVE ALTERNATE NO. 2, N. .3 AND ADDITIVE ALTERNATE NO. 1 ADDITIVE ALTERNATE 3 � 1 TOTAL BASE BID plu,s. A DITIVE ALTERNATE N0,2 TOTAL BASE BID PLUS ADDITIVE ALiERtei, 1 ADDITIVE ALTERNATE NO. 3 TOTAL BASE NI ' _ _ k'"' ALTERNATE N. 2, ADDITIVE A NO. 3 AND ADDITIVE ALTERNATE NO. $ /, 3"11 i59. $ (-I 04 , Zrzi.ea Theundsrslgned rt r y declares that he has kited the site and has carefully examined the plans, specifications and contract documents Mating to the work covered by his bid .3r bids, that he agrees to do the work, and that no representations made by the City are In any sense a warranty but are mere estimates ates for the guidance of the Contractor. 1ev#ad Propoloal Tom Page 103 2 Addendum No. 5 Attschnsnt No. Page LS of 21 -tntliikw:7-40. 5 attachment No. 2 Page 19 of 21 I_� 12/12/2007 17:32 8263802 ENGINEERING PAGE 2412b Upon notification o f award of contract, we will within ten (10) calendar days Execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal , in ths amount of St of the highest amount bid, is to become the pro!rty of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent l w bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. der of Signed sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete the Bz.se Bid work within 500 Calendar y from the date designated by a Work Order If Additive Alternates are awarded, the time of completion evil:.. be increased by the following amounts: For Additive Alternate No . 1: Add 20 calendar days; For Additive Alternate No. :: Add 30 calendar days; For Additive Alternate No. ; Add 90 calendar days . The widersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for tx n sum or sums above set forth. Receipt of the following addenda is acknowledged addenda number; Respectfully submitted: Name: . ha n P. Harve -President By: (SEAL - IF BIDMR I a Corporation) Address : . . Box 639 (P.O. Box) (Street) rre (City) (State) (Zip) Telephone: (936) 441-8088 NOTE: Do not dr' .ttach bid from other papers. Fill in . i th ink and submit complete with att ch d papers. (Revised August 2000) Ravi /pad Propou l Form Page 19 of 21 P E R F O R M A N C E BOND STATE OF TEAS BOND NO.6461101 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES THAT SLC Construction, In . of MONTGOMERY County, Texas, hereinafter called "Principal", and Safeco Insurance Coma of America , a corporation organized under the laws of the State of Washington 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 SEVEN MILLION FOUR HUNDRED FIFTY-FOUR THOUSAND TWO HUNDRED TWENTY-NINE AND 87/100 ($7,454,229.87) 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 22ND of JANUARY , 20 08 , a copy of which is hereto attached and made a part hereof, for the construction of: EVERHART ROAD PRASE SARATOGA BLVD. TO CEDAR PASS DRIVE PROJECT NO. (TOTAL BASE BID + ADD .ALTS . TO . I 2 S 4 ; $7,454,229.87) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specificaLions 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 tn 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 hP 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 4th day of February , 2 • PRINCIPAL SLC Construction, L.P. By je2 Sara L. Clark, President of SLC Construction I, L.L.C. (Print Name & Title) ATTEST ■ Secretary (Print Name) SURETY Safe co Insurance _Company of America Attorney -in --fact Steven E. White (Print Name) • Agency: Contact Person: Address: r Wm. Rigg Co. 7 1 1 N. a r a n c h u a , Suite 514 ; L . Rhodes Corpus Christi, TX 78475 361-215-9076 Phone Number: 361-215-9076 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/02) Performance Bond Page 2 of 2 t PAYMENT B O N D STATE OF TEXAS BOND N. 6461101 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES THAT ..14.!(27 Construction, Ir . of MONTGOMERY County, Texas, hereinafter called "Principal", and Safeco Ins_urance Company of America r a corporation organized under the laws of the State of Was i gton and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christ,1, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work rcfcrred to in the attached contract, in Lhe penal sum of SEVEN MILLION FOUR HUNDRED_ FIFTY-FOUR THOUSAND, TWO HUNDRED TWENTY -NINE AND 87/100($7,454,229.87) 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 22ND day JANUARY , 08 , a copy of which is hereto attached and made a part hereof, for the construction of: EVERHART ROAD PHASE 1 SARATOGA BLVD . TO CEDAR PASS DRIVE PROTECT NO. 6263 (TOTAL BASE BID + ADD .ALTS .NOS . 1 2 4 ; $7,454,22987) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety 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", "L or "x 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 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 day of February 2 0 08 . PRINCIPAL SLC Construction, L.P. By: h0)67.-) Sara L. Clark, President of SLC Construction, 1, L.L.C. --- - - - - -- -- - - - (Print Name & Title) -- -- ATTEST Secretary (Print Name) mum C Safeco Insurance Company of America By: Attorney-in-fact •1 White (Print Name) Agency; Wm. Rigg Co. Contact Perso n: 711 N. Caranchua, Suite 514; Lawrence L. Rhodes Address: Corpus Christi, TX 78475 Phone Number: *i • 361-215-9076 -9076 � rrrr� f (NOTE: Date of Payment Rond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bond8 Project Name/No. Various Pr ` ct Surety Company Sri Gentlemen: 1, M. Ross McCormick_ -_ (name of Officer of surety) , hereby certify that the facsimile power of attorney submitted by (Attorney-In-Fact) for _ . ., • • (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address: 1 ■• •l City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Signed this 8th day of NoNiember -� 20 06 Safe co Insurance _ Company of America Name `N\ . V20-, Title: �-- ��_. SUS-(- Sworn and subscribed to before rune on this 8th day of November r 20 OE (Revised 9/03) Notary Public State of Texas My Commission Expires: 11-06-2009 ATTACHMENT 1 OF 1 Safeco Safeco Insurance Company of America General Insurance Company of America POWER afeoo Plaza • OF ATTORNEY Seattle, WA 98185 No 10661 KNOW ALL BY THESE PRESENTS! ENTS ! That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***"****MARILYN CALF UN; SANDRA J. CLOCK BRADLEY D. JOHNSON; JOHN J. PAV TER; LAWRENCE L. RHODES; STEVEN E. WHITE; Houston, Texas; THOMAS N. GILLI ; M. KATI-IERY MA FRE; KIM VAS UE ; Dallas, Texas; TERESA GODSEY; BRENDA MCCAW; ERICA MOSS; LINDA WHITE; Ft. Worth, Texas; STUART T L. IV R N; Tyler, Texas*'*** its true and lawful attorney(s)-in-fact. with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, end to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 17th STEPHANIE DALEY- WATSON SECRETARY October day of 2006 TIM MIKOLAJEWSKI , SENIOR VICE-PRESIDENT SURETY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA; 'Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument ,,waking or evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. on any certificate executed by the Sectary or an assistant secretary of the Company setting out, The provisions of Article V. Section 13 of the By -Laws, and iii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (Ili) Certifying that said powerrof- attame appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.* I. Stephanie Daley -Watson , Secretary of SAFECD INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the Ely -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the Byr }Laws, the Resolution and the Power of Attorney are still in fur force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation 4th this day of February 8-0914/05 4/DS 2008 STEPHANIE DALEY - WATSON, SECRETARY afsca end the Salem logo are registered trademarks as Safeco Corporason. WEB PDF IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at (206) 473.3799, 3 You may call the Safe otoll -free telephone number for information or to make a complaint at: (800) 472 -5357 Surety Option #7 4 You may also write to Safeco Insurance Company at: Safeco Plaza Seattle, WA 98185-0001 AVISO IMPORTANTE Para obtener informacion o para someter una queja: dated puede contactar a servicio de la oficina principal de Safeco Surety al: 206- 473 -3799. Listed puede Ha mar al numero de telefono gratis de Safeco pare informacion o para someter una queja al: (800) 472-6357 Surety Opci n De #7 listed tambien puede escribir a Safeco Insurance Company: Safeco Plaza Seattle, WA 98185 -0001 5 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al: (800) 252 -3439 6 You may write the Texas Department of Insurance: P.O. Box 1 49104 Austin, TX 78714 -9104 Fax: (512) 475 -1771 Web: http://www.tdi.state.tx.us E-mail: onsumerProte tion tdi. tate.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact Wm. Rigg Co. (Agency) at 713- 978 -6668 first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (800) 252 -3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475- 1771 Web: http : //ww .tdi.state.t .us E -mail: ConsumerProtectioniatdi.state.tx us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: SI tlene una dlputa concemiente a su prima o a urn reclamo, debe comunicarse con el Wm. Rigg Co. (Agency) at 713 - 978 -6668 primero_ Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TD I ). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del document° adjunto. ACORD, CERTIFICATE OF L INSURANCE DATE (14[m1DDrYYYY} 02/04/08 PRODUCER 1-713-978-6668 Wm. Rigg Co. - Houston 10777 WeSth imer Suite 300 Houston, TX 77042 -3454 Steve White THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS HT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC INSURED SLR` Construction, LP Po Box 639 Canroe, TX 77305 INSURERA: Valley Forge Ins Co 20508 INSURER B: Continental Cas Co 20443 INSURER C: Travelers Lloyds Ins Co 41262 INSURER D: 1514MGE 70 RENTED PREMISES (Ea occuronae) INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, EMENT, 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 1 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - JNSR LTR ADD' I SRD _ - - repumullEAKE COMMERCIAL GENERAL LIABILITY - - POLICY NUMBER '2093217769 POLICY EFFECTIVE DATE IMM 05/15/07 POLICY EXPIRATION TE {MM /DDNY) 05/15/08 ; - - -- _ LIMfTS EACH OCCURRENCE $1.,000,000 A GENERALLIABIUTY C 1514MGE 70 RENTED PREMISES (Ea occuronae) 100, 000 CLAIMS MADE X j MED EXP (Anyone person) $ 5,000 PERSONAL & ADV INJURY 1,000,000 GENII 1 GENERAL AGGREGATE 2,000,000 AGGREGATELIMIT APPLIES PER: POLICY ri El, T7 LOC - I 000, 000 PRODUCTS - COMP/OP AGG $2,000,000 �.. B AUTOMOBILE LIABILJTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 2093217738 1 05/15/07 05/15/08 COMBINED SINGLE I!Ilw'ICT ( accident) $1,000,000 BODILY IMJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) r GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY OCCUR n CLAIMS MADE - DEDUCTIBLE RETENTION $ 10,000 1 AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: EA ACC $ AGG 2093217741 05/15/07 05/15/08 EACH OCCURRENCE AGGREGATE c C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? [ryes. describe under SPECIAL PROVISIONS below OTHER EQUIPMENT (LEASED/RENTED) INSTALLATION FLOATER 2093217755 05/15/07 05/15/08 WC STATU- TORY LIMIT E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LiM[T $],000,000 QT6604269B809 QT6604269B809 08/01/07 05/15/08 08/01/07 5/15/08 :Any Item Limit 300,000 LIMITS 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS GL/AUTO/UMB - BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. GL /A TO /U B/ - BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT . RE: EVERHART ROAD PHASE 1, SARATOGA BLVD. TO CEDAR PASS DRIVE, PROaECT NO. 6263 . The City of Corpus Christi is named as Additional Insured on all General and Auto Liability policies. CERTIFICATE HOLDER CANCELLATION 10 DAYS NOO FOR NON - PAYMENT OF PREMIUM City of Corpus Christ. Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 USA SHOULD ANY OF IHE ABOVE OESCRrBED POLICIES BE CANCELLED BEFORE 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 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) bas sl3 02 810739E ACORD CORPORATION 1988 IMPORTANT If the certificate hol er is an ADDITIONAL lAL INSURED, the policy ies must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers, authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CNA G-14.0331-A (Ed. 01/01) IMPORTANT: THIS ENDORSEMENT C NTH INS DUTIES THAT APPLY TO THE ADDITIONAL INSURED ED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH APH c.1. OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Gr anfzatI n: Designated Project: (Coverage under this endorsement is not affected by an enby or lack of entry In the Schedule above.) A. WHO IS AN INSURED (Section 11) Is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury,' "property damage," or "personal and advertising injury". B. The insurance provided to the additional insured Is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are Inclusive of, and not in addition for the Limits of Insurance shown in the Declarations. G- 140331 -A (Ed. 01/01) 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury' or "property damage" arising out of the "products - completed operations hazard" unless required by the written contract or written agreement. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage,' or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities, C. As respects the coverage provided under this endorsement, SECTION IV -- COMMERCIAL GENERAL l.1ASILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: Page 1 of II1IIItIIJIIIIiI IVIIllIII1IlII1I1III1I1I im s. Are additional insured under this endorsement will as soon as practicable; (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and Agree to make available any other insurance which the additional insured has for a Toss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement (3) -140331-A (Ed. 01/01) G-140331-A (Ed. 01/01) until we receive written notice of a claim or `cult" from the additional insured. 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. other insurance b. Excess Insurance This insurance Is excess over any other Insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. Page 2 of 2 III.fIIIOIIIIIiJII IIIIIIIIIIIIIIII1IIIII1I1IIPIffIIJ POLICY NUMBED: 2093217738 CG 2A 041a ss THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF [RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Nemo of Person or organization: Any person or organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. 11 no entry appears above, information required to complete thls endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST because of payments we make for injury or damage arising OTHERS TO S Condition (Section IV — COMMERCIAL out of your ongoing operations or "your work" done under a GENERAL LIABILITY CONDITIONS) is amended by the contract with that person or organization and Included in the addition of the following: "produce -completed operations hazard." This waiver We waive any right of recovery we have against the applies only to the person or organization shown in the y Schedule above. parson or organization shown in the Schedule above CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 I POLICY NUMBER: 209321 7 738 COMMERCIAL AUTO CA 20 89 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES IN TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 5/15/07 Named Insured: SIC Construction, LP Count By: SCHEDULE (AuthorizeDrssentative Name Of Person(s) Or Organization(a):Any per son or organ zat ion on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. Additional Premium 3 Of no entry appears above, information required to complete this endorsement win be shown in the Declarations tions as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To additional premium shown above, regardless of any Us Condition does not apply to the person(s) or early termination of this endorsement or the policy. organization(s) shown in the Schedule. We will retain the CA 20 89 06 4 Copyright, ISO Properties, Inc., 2003 Paige 1 of 1 POLICY NUMBER: 2093 1 7738 COMMERCIAL AUTO CA 20 0103 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR -- ADDITIONAL INSURED AND LASS PAYEE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below. `Named Insured: Endorsement Effective Dante: Countersi * nature Of Authored ` * : = ntative Name: Kat eery Havey Title: Vice P ident atILLEMAm) Signature: ' Date: 8/8/07 SCHEDULE Insurance Company: CONTIN2NTAL CASUALTY COMPANY .,... Limit Of Insurance Liebll �.. Each 'Accident` Poles_ lumber: - 2093217738 Effective Date: 15 / 007 Specified Causes Of Loss . tration Date: 05/15/2008 Information required to complete this Schedule, if not shown above will be shown in the Declarations. �. darned Insured: SLC CONSTRUCTION LP Address: P . . Box 639 CTR , TX 77305 Addionai Insured (Lessor): Address: Designation Or Description Of "Leased Autos ": DEFER TO DECLARATIONS COMM * e .,... Limit Of Insurance Liebll �.. Each 'Accident` Comprehensive Actual Cash Value Or Cost f Repair Whichever Is Less, Minus Deductible For Each Covered Leased Auto' oIlIon Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus $ Deductible For Each Covered Leased Auto Specified Causes Of Loss Actual Cash Value Or Cost Of Repair Whichever Is Less, Minus - Deductible For Each Covered 'Leased Auto' Information required to complete this Schedule, if not shown above will be shown in the Declarations. CA 20 01 03 06 Copyright, ISO Properties, In G., 2006 Page 1 of WORKERS COMPENSATION AND EMPLOYERS LAS!LuTY INSURANCE POLICY If 4 03 04 A (Ed. 1-- TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described In the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( )Specific Waiver Name of person or organization x )Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS LOCATIONS 3. Premium ium The premium charge for this endorsement shall be 2 percent of the premium developed on payroll In connection with work performed for the above person(s) or organizations arising out of the operations described. 4. Advance Premium This endorsement changes 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 to preparation of the policy.) Endorsement Effective Policy No. Insured Insurance Company WC 4 03 04 A (Ed. 1-00) Endorsement No. Premium Countersigned by ''€ 12/12/2B07 17: 32 8263802 ENGINEERING PAGE 25/26 DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NV. FIRM NAME LC • STREW: . a, ; u ,rt „1 1TY: ZIP; FIRM is. 1. Corporation . Partnership MY 3. Sole Owner 4. Association 5. Other - - - DISCLOSURE QUESTIONS If additional space is necesepary, please use the reverse side of this page or attach separate sheet. 1. State the names of each ` employee" of the City of Corpus Christi having an *ownership interest" constituting 3% or more of the ownership n the above named "Ilan ". Name L Job Title and City Department if known) 111,11 I, 2. State the names of each "official* of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in ..he above named "firm". Name Title • NIA 3. Stale the names of each 'osrd member" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownerthip in the above named °firm". Name Board, Commission or Committee N /A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to tho sut ject of this Contract and has an "ownership interest" constituting 3% or more of the ownership in the above mimed "firm ". Narne Consultant �lA CERTIFICATE ■.= d I d .1 I LI I 1111I r 1 certify that all infoat :ton provided Is true and comet as of the date of this statement, that 1 have not knoviIngly withheld dinloriure of any information requested; and that supplemental statements will be promptly sub fitted to the p=ity of Corpus Christi, Texas as changes occur. Certifying Person: Shawn P. Haws This: Ups is ent1 SIX-Sri-1,141a (Type or Pint) Signature of Certifying Person: awl. .e Proposal Form age 20 of 21 Date: December a 1, 2007 Addendum No . 5 Attachment No. Page 1 4 of 21 12/12/2E107 17:32 132631302 ENGINEERING PAGE 26/26 6 DEFINITIONS ITION s. "Board Member". A number of any board, commission or committee appointed by the City Council of the City of Corpus Chrio ti, Tess. b. 'Employee'. Any pers'm employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an Indivenclent contractor. c, "Firm ". Any entity oprjrrated for economk gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entitles operated In the form of solo proprietorship, as self -employed person, partnership, corporation, joint stock company, point venture, re elvership or trust and entitles which, for purposes of taxation, are treated as non - profit orrlanizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. 0. "Ownership interest ", Legal or equitable interest, whether actually or constructively held, In a firm, Including when such interest is held d hlouh an agent, trust, estate or holds entity. "Constructively held" refers to holding 3r control established through voting truets, proxies or special terms of venture or partnership a9mm -its. 1. "onaultant". Any pe re •n or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Revised Proposal Porm Page 2X of 21 Addendum tap. 5 Att q Tngnt No. 2 Page 21 of 21 ACORDD,, CERTIFICATE OF L1ABILI PRODUCER 1713- 978 -6668 Wm. Rigg Co. - Houston 10777 Wertheimer Suite 300 Houston, TX 77042 -3454 Steve White INSURED SLC Construction, LP PO Box 639 Conroe, TX 77305 TYINSURANCE DATE (Mmtoir I IY) 02/04/08 OF INFORMATION CERTIFICATE EXTEND OR POLICIES BELDY1l. THIS .CERTIFICATE IS ISSUED AS A MATTER ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMEND, ALTER THE COVERAGE AFFORDED BY THE INSURERS AFFORDING DING COVERAGE NAI INSURERA: Valley Forge Ins Co 20508 INSURERS: Continental Caw Co ... - -, 20443 INSURER c:Travelers Lloyds Ins Co -- - - 41,262 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOT WITH T ND1U 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 IBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD' WE OHN r _ 2093217769 POLICY NUMBER A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1 -OCCUR GE 'L AGGREGATE UM IT APPLIES PER: POLICY X PRO- 1LOC AUTOMOBILE LIABIUTY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY ANY AUTO 2093217738 EXCESSIUMBRELLA LIABILITY X OCCUR Fl CLAIMS MADE DEDUCTIBLE RETENTION $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY ANY PROPRIETORIPARINER/ ECLJ11VE OFFICER/MEMBER EXCLUDED? rig e e, desoribe ender sPE IALPRDASIONSbelow OTHER EQUIPMENT (LEASED /RENTED) INSTALLATION FLOATER 2093217741 / 2093217755 QT6604269B809 QT 604 69B809 PoucY EFFECTIVE 05/15/07 POLICY EXPIRATION TEI pM) 05/15/08 05/15/07 05/15/07 UM ITS EACH OCCURRENCE J $1,000,000 ^DAMAGE TS1lENTED 100,000 PREM]SF Ea occ Vence) MED EXP Any one person) $5,000 PERSONALAADV INJURY GENERAL AGGREGATE i, 00(,, uaGO $2,000,000 PRODUCT' - COMP/OPAGG $2,000,000 05/15/08 COMBINED SINGLE LIMIT 7 (Ea accident) 05/15/08 it/ 05/15/07 00/01/07 08/01/07 05/15/08 05/15/08 5/15/08 BODILY INJURY (Per person) BODILY INJURY (Pear accident) $1,000,000 PROPERTY DAMAGE (Per accident) AUTO ONLY- EA ACCIDENT OTHER THAN , EAAC - AUTO ONLY: AGG EACH OCCURRENCE 42,000,000 $2,000,000 AGGREGATE x C STATU- 01/4- TORY LI . . ER; E.L_EACH ACCIDENT £.L. DISEASE - EA EMPLOYEE E.E.. DISEASE - POLICY LI MIT 51,000,000 $1,000,000 $1,000,000 Any Item Limit 300,000 LIMITS 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES of EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS GI/AUTO/MB - BLANKET ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT. GL/AUTO/ /WC - BLANKET WAIVER OF SUBROGATION AS REQUIRED BY WRITTEN CONTRACT. RE; EVERE&RT ROAD PHASE 1, SARATOGA BLVD. TO CEDAR PASS DRritsr PROJECT NO. 5253. The City of Corpus Christi is named as Additional Insured on all General and Auto Liability policies. CERTIFICATE HOLDER Engineering City of Corpus Christi Services lAttn; Contract Administrator BOX 9277 AC RD 25 (2001108) bass1302 8107396 CANCELLATION 10 DAYS _HOC FOR NON -PAYS OF PREMIUM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL. 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR ummurr OF ANY KIND UPON THE INSURER, 175 AGENTS OR REPR.ESENTATIVES. AUTHORIZED REPRESENTATIVE ©A CORD CORPORATION 1988 POLICY NUMBER: 2093217769 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 INSURED: SLC CONSTRUCTION, L.P. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) or_organi ati n (s): Location(s) of covered operations_ The Cl y of Corpus Christi is named as additional insured on all general T . _ 4 Ljaouiiy11;) ana ail automobile liability (iI) policies. CIO, of Corpus Christi Department of Engineering ,Services Attention: Contract Administrator p. ox 9277 Corpus Cirrisil, TX 784699271 Information re • aired to corm fete this Schedule if not shown above will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule* but only with respect to liability for "bodily injury", "property . damage" or "personal and advertising injury caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This Insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment ent furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, Bradley D. Johnson Authorized Representative CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: COMMERCIAL ,/ 2093217769 GENERAL LIAEILIT SLC CONSTRUCTION, L . a —NAMED INSURED CG 20 37 07 04 J THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ✓ ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsernent modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or. ani ation s : Location And Description of Completed O. orations of Corpus Christi, Department of 1L;71JL7'7'''- Contiva Administrator Box t r I Corpus Corpus Christi, Texas lriformatlon required to complete this Schedule, if not shown above, ill be shown in the Declarations. Section II Who Is An Insured is amended to Include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily Injury" or "property damage" caused, in whole or in pert, by your work" at the location designated and described in the schedule of this endorsement performed for that additional in d d in ed in the " roducts -com leted operations hazard". = l # P � iiiiiiP'tairjr•t. :9 CG 0074 180 Properties, inc., 2004 Bradle *. Johnson Authorized Representative POLICY NUMBER: 2093217738 COMMERCIAL AUTO CA 04 03 QB 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADDITIONAL INSURED This endorsement modifies insurance provided under the following: \ BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage sled by the endorsement. iidnyeb xhe poii y effective on the inception data of the policy unless below. Form apply unless rnodi- another date is indicated Endorsement Effective: Countersigned By i Named Insured: • •. ' : SLC onstruction, I,. P. Brqdlex D. Johns .. • : , ; . R re = : i SCHEDULE Name and Address of Additional Insured: City of Corpus phristi Department of ngineering Services Attn: Contract Administrator P.O. Box 9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. Who Is An Inured (Section II ) Is amended to include as an "Insured" the person(s) or orania- tions shown in the Schedule, but only with re- spect to their legal liability for acts or omissions of a person for whom Liability Coverage is afforded under this policy. E. The additional insured named in the schedule or Declarations Is not required to pay for any premi- ums stated in the policy or earned from the policy. Any return premium and any dividend, If applica- ble, declared by us shall be paid to you. C. You are authorized to act for the additional Insured named In the Schedule or Declarations In all mat - tars pertaining to this insurance. D. We will mall the additional insured named in the Schedule or Declarations notice of any cancella- tion of thls policy. if we cancel, we will give 10 days notice to the additional Insured. E. The addigonal insured named in the Schedule or Declarations will retain any right of recovery as a claimant under this policy. CA 04 03 06 04 ISO Properties, Inc.. 2003 page 1 of 1 0 MIEN 111111' ' 1111I Named Insured: SLC Construction, L.P. Policy No. 2093217769 Eff: 5/15/07 1L02750702 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ,/ AND PROVISIONS FOR CASUALTY LINES AND COMMERCIAL PACKAGE POLICIES This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FART EMPLOYMENT -RELATED PRACTICES LIABILITY FARM COVERAGE PART — FARM LIABILITY COVERAGE FOAM LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE AGE PART This endorsement also moat's Insurance provided under the following when written as part of a Commercial Package P lcyi BOILER AND MACHINERY COVERAGE PART CAPITAL ASSETS PROGRAM (OUTPUT POLICY) COVERAGE PART COMMERCIAL CRIME COVERAGE ERAGE FORM COMMERCIAL CHIME POLICY COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL INLAND MARINE COVERAGE PART COMERCIAL PROPERTY COVERAGE PART EMPLOYEE THEFT AND FORGERY POLICY EMPLOYMENT- RELATED PRACTICES LIABILIT FARM COVERAGE PART — FARM LIABILITY COVERAGE FORM FARM COVERAGE PART — LIVESTOCK COVERAGE FORM FARM COVERAGE PART MOBILE AGRICULTURAL MACHINERY AND EQUIPMENT COVERAGE FORM GLASS COVERAGE FORM GOVERNMENT CRIME COVERAGE FORM GOVERNMENT CRIME POLICY LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTWCOMPLETED OPERATIONS LIABILITY COVERAGE PART A. f Paragraph 2. of the Cancellation Common Policy Condemn Is replaced by the following: 2. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation, stating the reason for cancellation, at least 10 days before the effective date of cancellation. However if this policy covers a condominium association, and the condominium property contains at least one residence or the condominium declarations conform with the Texas Uniform Condominium Act, then the notice of cancellation, as described above, will be provided to the First Named insured 30 days before the effective date of cancellation. We will also provide 30 days' written notice to each unit - owner to whom we issued a certificate or memorandum of insurance, by mailing or delivering the notice to each last address known to us. The permissible reasons for cancellation are as follows: a. If this policy has been in effect for 60 days or less, we may cancel for any reason except, that under the provisions of the Texas Insurance Code, we may not cancel this policy solely because the policyholder is an elected official. b If this policy has been In effect for more than 60 days, or if it is a renewal or continuation of a policy issued by us, we may cancel only tor one or more of the following reasons: (1) Fraud in obtaining coverage; Failure to pay premiums when due; mailing IL 02 75 07 Copyright, ISO Properties, Inc., 2001 Page 1 of Are increase in hazard within the control of the insured which would produce an increase in rate; Loss of our reinsurance covering all or part of the risk covered by the policy; or (5) 11 we have been placed In supervision, conservatorship or receivership and the cancellation Is approved or directed by the supervisor, conservator or receiver. B. The following condition Is added and supersedes any provision to the contrary: NONRENEWAL 1. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. 2. This Paragraph, 2., applies unless the policy qualifies under Paragraph _ hotow If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewai, stating the reason for nonrenswal, at least 60 days before the expiration date. If notice Is mailed or delivered Less than 60 days before the expiration date, this policy will remain in effect until the 6Ist day after the date on which the notice Is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. 3. if this policy covers a condominium assoclation, and the condominium property contains at least one residence or the condominium declarations conform with the Texas Uniform Condominium Act, then we will mail or deliver written notice of nonrenswal, at least 30 days before the expiration or anniversary date of the policy, to: a. The first Named Insured; and b. Each unit -owner to whom we issued a certificate or memorandum of insurance. We will mall or deliver such notice to each last mailing address known to us. 4. If notice 1s mailed, proof of mailing will be sufficient proof of notice. 5. The. transfer of a polio/holder between admitted companies within the same insurance group is not considered a refusal to renew. Bradley D. Johnson Authorized Representative Page 2 of 2 Copyright, ISO Properties, Inc., 2001 IL 02 75 07 02 n e r COMMERCIAL AUTO Insured: SLC Construction, L.P. Policy No. 2093217738 Eff: 5/15/07 CA 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - /CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR R CAf RI R COVERAGE RA FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Paragraphs 2. and 5. of the Cancellation Common Policy Condition contained In Endorsement IL 00 17 am f a le ed 17 IQ c,:lo I r . 2. We may cannel this policy by mailing or delivering to the first Named Insured written notice of cancellation, stating the reason for cancellation, at least 10 days before the effective date of cancellation. The permissible reasons for cancellation are as follows. a. If this policy has been In effect for 60 days or less, we may cancel for any reason except, that under the provisions of the Texas Insurance Code, we may not cancel this policy solely because the policyholder is an elected official. b. If this policy has been in effect for more than SO days, or If it Is a renewal or continuation of a policy issued by us, we may cancel only for one or more of the following reasons: (1) f=raud In obtaining coverage; Failure to pay premiums when due; (3) An increase In hazard within the control of the insured which would produce an Increase in rate; Loss of reinsurance covering all or part of the risk covered by the policy; or (5) 11 we have been placed in supervision, conservatorship or receivership and the B. cancellation is approved or directed by the supervisor, conservator or receiver. 5. It this policy is canceled, we will send the first Named Insured any premium refund due. The refund will be pro rata, subject to the policy minimum premium. The cancellation will be effective even if we have not made or offered a refund. The following Condition Is added: 1. Rio I (1) We may elect to renew this policy except that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected offal. (b) If we elect not to renew this policy, we may do 71- so by ,nailing or delivering to the first Neme Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice Is mailed or delivered Iess than 60 days before the expiration date, this policy will remain In effect until the 81st day after the date on which the notes Is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. Bradley D. Johnson Authorized Representative CA 02 43 03 1 Copyright, ISO Properties, Inc., 2000 Page 1 of 1 iiummiiiu 1111111111111i 11111111111111111111111111 CNA Insured: SLC Construction, D.P. Policy No. 20932177 f 5/15/07 to WORKERS' ' COMPENSATIO i AND EMPLOYERS' LIABILITY INSURANCE C POLICY G-20472-A (Ed. 10/93) NOTICE E OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation or other material change of the policy, we will mail advance notice t �+ or organiza��on named in the Schedule. '* 8ne ���� �� the person Jule. Tire 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 t. Number of days advance notice: 30 (Thirty) 2. Notice will be mailed to: G-20472-A (Ed. 10/93) City of Corpus Chrigti Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 -9277 Bradley D. Johnson Authorized Representative } Page 1 of 1 ti