Loading...
HomeMy WebLinkAboutC2009-239 - 4/14/2009 - Approved,. r~ '~ t~ ~, t~ ~. ,. ~• ~. t^ '•: /? 11y ~~ l it ., ~, i1 ~' ~\ i.1 ~. l~ u ..° i Huff & Mitchell S P E C I A L P R O V I S I O N S S P E C I F I C A.T I O N S A N D F O R M S O F C O N T R A C T S & B O N D S F 0 R ",,,7 "7 M2009-088 04/14/09 OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (FY 2008 - 2009) ~~ FOR WASTEWATER AND DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS _. ?.~~r l~~aA '~ J~ DOUGLAS MCMULLAN / ~.gti_. 99068 .~~ t~ ~."A ~~CFN86o.•'• //) ~~'s q'~S/o8 September, 2008 uRSaN ENGINEERING 2725 Swantner CORPUS CHRISTI, TX 78904-2832 (361) 854-3101 FAX (361) 854-6001 U.E. JOB N0. 33900.A8.00 PROJECT NO: 7400 DRAWING NO: SAN. 599 (Revised 7/5(00) OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (FY 2008 - 2009) Project No. 7400 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised May 2006) IriSllrariCe Re(lUlreme nt5 NOTICE TO CONTRACTORS - B (Revised August 2005) 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-il 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 `-'mod-O~`~e Not Used A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-2o Testing and Certification A-21 ~~NOT USED A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 __- _____ ___,_~~a (Revised 7/5/00) Not used A-24 Surety Bonds A-25 ^-'^^ ^~ No Longer Applicable (6/11/98) A-26 Supplemental Insurance Requirements A-27 .. -~'^=' `^- ^' ^ims-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 A-35 ._ ..____ ___._, i«,,.,. ~ _ ,, n° _. ._,,. .,t 4NOt Used A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" (Revised 7/5/00) A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 -` -'' '' '- Not Used A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9/98) A-44 Change Order (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 Amended "Maintenance Guaranty" (8/24/00) A-50 Plan Sheets A-51 Maintenance and Control of Wastewater Flows A-52 Disposal of Materials Resulting from Cleaning of Existing Lines & Manholes A-53 Protection of Existing Facilities A-54 Video Documentation A-55 Trench Safety A-56 Confined Space Entry Requirements A-57 Pavement Restoration and-Project Clean Up A-58 Rehabilitation of Existing Manholes A-59 Method of Sanitary Sewer Line Rehabilitation A-60 Internal Combustion Engines for Generators A-61 Rerouting of Traffic During Construction A-62 Qualifications of Manufacturer's Field Service Representatives A-63 Point Repairs and Extra Length for Point Repairs A-64 EYrors and Omissions A-65 Lack of Information A-66 Contaminated Soils A-67 Fences A-68 Protection of Public and Private Property A-69 Security A-70 Access Roads A-71 Parking A-72 Noise Control A-73 Dust Control A-74 Temporary Drainage Provisions A-75 Dewatering A-76 Manhole Testing A-77 Work in TxDOT ROW A-78 Technical Special Provisions A-79 Entry into Private Property A-80 Agreement to Allow a Temporary Construction Project Staging Area in a City Park A-81 Amended "Prosecution and Progress" Submittal Transmittal Form Attachment I - City Landfill Waste Profile Sheet Instructions & Form Attachment ZI - Televised Inspection Report Data Requirements Attachment III - Notice of Proposed Work Attachment IV - Entry into Private Property (Owner Notification) Attachment V - Agreement 'to Allow a Temporary Construction Project Staging Area in a City Park (KOOlaide Park) (Lindale Park (Glen Arbor Park)(Cullen Park) _jj_ (Revised 7/i100) TECHNICAL SPECIAL PROVISIONS PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMSNTS PART S - STANDARD SPECIFICATIONS SECTION 022 - EARTHWORK 022022 - Trench Safety for Excavations SECTION 025 - ROADWAY 025222 - Flexible Base - High Strength (S-24A) 025404 - Asphalts, Oils and Emulsions (5-29) 025412 - Prime Coat (5-30) 025424 - Hot Mix Asphaltic Concrete Pavement (Class A) (5-34) 025610 - Concrete Curb & Gutter (5-52) 025612 - Concrete Sidewalks & Driveways (5-53) 025802 - Temporary Traffic Controls During Construction SECTION 027 - SEWERS & DRAINAGE 027203 - Vacuum Testing of Sanitary Sewer Manhole and Structures 027604 - Disposal of Waste From Sanitary Sewer Cleaning Operations 027610 - Televised Inspection of Conduits (S-125) SECTION 028 - SITE IMPROVEMENTS AND LANDSCAPING 028040 - Sodding 028300 - Fences Relocation SECTION 030 - CONCRETE, GROUT 030020 - Portland Cement Concrete (5-40) 032020 - Reinforcing Steel (5-42) 038000 - Concrete Structures (5-41) SECTION 050 - METALS 055920 - Frames, Grates, Rings & Covers (5-57) PART T - TECHNICAL SPECIFICATIONS 1570 - Construction Requirements Within Texas Department of Transportation Right-of-Way 02040 - Geotechnical Investigation 02733 - Sewer Manhole Rehabilitation System with a Protective Cement Liner and High Build Epoxy Coating 022020 - Excavation & Backfill for Utilities & Sewers S9 025205 - Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement (S-54) 027602 - Gravity Sanitary Sewers (S-61) 2G1 [31 - Polyvinyl Chloride Pipe and Fitting for Water Lines (C-900 and C-905) 2G4 [31 - Polyvinyl Chloride Pipe and Fittings (Sanitary Pressure Service-$DR 26) 2G10 [1] - Installation of Pressure Pipe 2G11 [2] - Installation of Water Pipe 2G12 [2] - Hydrostatic Testing of Pressure System 2G17 [2] - Sanitary Sewer Manholes and Manhole Liners (Fiberglass) 2G24 [1] - Reconstruction of Sanitary Sewer Pipe by Pipe Bursting 2G29 [2] - Reconstruction of Sanitary Sewer Pipe by Cured-in-Place Pipe (CIPP) 2G34 [1] - High Density Polyethylene Pipe, EHMW PE3408 Pipe and Fittings -iii - (Revised 7/5/00) LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND _9v_ NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (FY 2008-2009), consists of the following bid item components: Baee Bid One Part A -. Area A, Area B and Area C: This project consists of the rehabilitation and video-documentation of approximately 4,100 LF of 6" and 8" dia. sanitary sewer lines, the rehabilitation and video-documentation of 10 existing manholes, point repairs and construction of 2 new sanitary sewer manholes. The rehabilitation of the sewer lines shall be accomplished by pipe bursting and cure-in-place pipe liners. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Part B -: Area D and Area E: This project consists of the rehabilitation and video-documentation of approximately 8,600 LF of S" dia. sanitary sewer lines, the rehabilitation and video-documentation of 21 existing manholes, point repairs and construction of 2 new sanitary sewer manholes. The rehabilitation of the sewer lines shall be accomplished by pipe bursting. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Base Sid Two Part A -: Area F: This project consists of the replacement and video- documentation of approximately 1,500 LF of 10" and 12" dia. sanitary sewer lines and construction of 5 new sanitary sewer manholes. The replacement of the sewer lines shall be accomplished by open trenching. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Part 8 -: Area G: This project consists of the rehabilitation and video- documentation of approximately 3,000 LF of 6" dia. sanitary sewer lines, the rehabilitation and video-documentation of 8 existing manholes, point repairs and construction of 1 new sanitary sewer manhole. The rehabilitation of the sewer lines shall be accomplished by pipe bursting. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Base sid Three -. Combines the scope of Base Bid One and Base Bid Two. Revised '!/5/00 Bids will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, February 25, 2009, and then publicly opened and read. Any bid received after closing time will be returned unopened. A pre-bid meeting is scheduled for Wednesday, February 18,.2009 beginning at 02:00 p.m. The pre-bid meeting will convene in the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope followed by a question and answer session. A bid bond in the amount of 5`k 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 & payment bonds for contracts over $25,000.00 will result in forfeiture of the 5~ bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no/100 Dollars ($50.00) 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 ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown 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/ Pete Anaya Director of Engrg. Services /s/ Armando Chaps City Secretary Revised '//5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A.Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OP INSDRANC6 MINIMDM INSIIRANOH COVERAGB 30-Day Notice of Cancellation requited on Bodily Injury and Property Damage all certificates PSR OCCDRRBNCS / AGGRHGATS Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. .Underground Hazard 5. Products/ Completed Operations Hazard 6. - Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED , WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF - THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCE55 LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental ^ REQUIRED discharge; to include long-term X NOT REQUIRED environmental impact for the disposal of - contaminants ~ - BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT.REQUIRED INSTALLATION FLOATER ~ $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements . ^ REQUIRED X NOT REQUIRED Page I of 2 ^ The City of Corpue Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ^ The name of the Project must be listed under "description of operations" on each certificate of insurance. ^ For 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 policies or coverages which are specified in section B-6-.11 or Special Provisions section of the contract. A completed "Disclosure of interest" must be submitted with your proposal. Should you have nay questions regarding insurance requirements, please contact the Contract Administrator at 880-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of 11 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED NOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §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. (I) 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) Building or construction--Has the meaning defined in the Texas Labor Code, §406.096(e)(1). (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage--Workers' compensation insurance meeting the stawtory requirements of the Texas Labor Code, §401.011(44). (5) Coverage agreement--A written agreement on form TWCC-81, form TWCC-82, form TWCC-83, or form TWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ("subcontractor" in §406.096 of the Act)--With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to 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. (8) 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 a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penalties, or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) include in the bid specifications, all the provisions of paragraph (7) of this subsection, using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period; if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days afrer the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter; (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure I for bid specifications and conu•acts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: Attached Graphrc Page 3 of 11 (d) A contractor shall: (I) 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 anrounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the govenunental entity prior to beginning work on the project; (3) 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 dm•ation of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days afer receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the cun~ent certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafrer; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site infonning 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: Attached Graphic (8) contractually require each person with whom it contracts to provide services on a project to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to 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; Page 4 of I 1 (D) provide the contractor, prior to the end of the coverage period; a new certificate of coverage showing extension of coverage; if [he coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person begimring 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 thereafrer; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days afrer the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (3) 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 governnental 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 case of aself-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." (4) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its cunent 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; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; Page 5 of 11 (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any chvrge that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duratiar of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each person with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services, (f) If any provision of this nde 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 eonshvction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 11 (h) The coverage requirement in this rule does not apply to motor carvers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes. Article 6675c, §4(j). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, §406.097(c), and who are explicitly excluded from coverage in accordance with the Act, §406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, §1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source Note: The provisions of this § 110.110 adopted to be effective September 1, 1994, 19 TexReg 57 ] 5; amended to be effective November 6, 1995, 20 TexReg 8609 Page 7 of 11 T28S 110.110(d)(7) "REQUIRED WORKERS' COMPENSATION COVERAGE" "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. !'his includes persons providing, hauling, or• delivering equipment or• materials, or providing labor or transportation or other service related to the project, regar•dle.rs of the identity of their employer or• status• as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive n~formation 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. " Page 8 of 11 T28S 110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a eertiTcate of authority to self-insure issued by the commission, or a 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 providing services on a project, for• the dm•ation of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in x'406.096) - inchzdes a[1 persons or entities performing all or part of the services the contractor has undertaken [o perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, 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 ofportable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements ojTexas Labor• Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file n new certificate of coverage with the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so [he governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certifcate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. Page 9 of 11 R The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The conh~actor shall not the governmental entity in writing by certified mail a• personal delivery, within 10 days after the contractor knew a~ should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H The contractor shall post on each project site a notice, irs the text, form and manner prescribed by the Texas Workers' Compensation Comrniss•ion, informing all persons providing services on the projec! that they are required to be covered, and stating how n pn_rson may ver~ coverage and report lack of coverage. L The contractor shall contractually require each person with whom it contracts to provide services on a project, ta: (I) provide coverage, based an proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for• all employees of the person providing services on the project, for the duration of the project; (3) 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; (4) obtain from each other person with whom it contracts, and provide to the conb•actor: (a) a certificate of coverage, prior [o the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew ar• should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by pmagr•aphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the projec! will be covered by workers' compensation coverage for the dzration of the project, that the coverage will be based on proper reporting of classification codes and payroll arnounts, arTd that all coverage agreements will be filed with the appropriate insurance carrier or, in the case ofasetf-insured, with the commission's Division ofSelf- Page 10 0£ 11 Insurance Regulation. Providing false or misleading information may subject the contractor to adminisn•ative penalties, criminal penalties, civil penalties, or other civil actions. K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Page 11 of 11 PART A SPECIAL PROVISIONS OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (FY 2008-2009) Project No. 7400 SHCTION A - SPHCIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Wednesday, February 25, 2009. Proposals mailed should be addressed in the following manner: _4 ^-^~r-:.off City Secretary's Office ____-__ _ ^"ie° City of Corpus Christi 1201 LeopardYStreet Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - OSO AND WHITBCAP WN'1'P BASIN SANITARY 3SWBR RBHABZLITATION (FY 2008 - 2009) Project No. 7400 No additional or separate visitations will be conducted by the City A-2 De£initioas and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project This project consists of the following Base Bid components Baae Bid One Part A - Area A, Area B and Area C: This project consists of the rehabilitation and video-documentation of approximately 4,100 LF of 6" and 8" din. sanitary sewer lines, the rehabilitation and video-documentation of 10 existing manholes, point repairs and construction of 2 new sanitary sewer manholes. The rehabilitation of the sewer lines shall be accomplished by pipe bursting and cure- in-place pipe liners. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Base Hid Oae Part B - Area D and AYea E: This project consists of the rehabilitation and video-documentation of approximately 8,600 LF of 8" din. sanitary sewer lines, the rehabilitation and video-documentation of 21 existing manholes, point repairs and construction of 2 new sanitary sewer manholes. T'he rehabilitation Section A - SP (Revised 9/18/00) Page 1 of 46 A pre-bid meeting is scheduled for Wednesday, February 18, 2009 beginning at 2:00 p.m. The pre-bid meeting will convene in the Hngiaeering Services Main Conference room Third Floor City Hall 1201 Leopard Street, Corpus Christi, Texas and will be conducted by the City of Corpus Christi. The meeting will include a review of the project scope followed by a question and answer session. of the sewer lines shall be accomplished by pipe bursting. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Hase Bid Two Part A - Area F: This project consists of the replacement and video- documentation of approximately 1,500 LF of 10" and 12" din. sanitary sewer lines and construction of 5 new sanitary sewer manholes. The replacement of the sewer lines shall be accomplished by open trenching. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Hase Hid Two Part B - Area G: This project consists of the rehabilitation and video-documentation of approximately 3,000 LF of 6" din. sanitary sewer lines, the rehabilitation and video-documentation of 8 existing manholes, point repairs and construction of 1 new sanitary sewer manhole. The rehabilitation of the sewer lines shall be accomplished by pipe bursting. Manhole restoration shall be accomplished using a cementitious liner and high build epoxy coating. The construction of new manholes shall be accomplished by using fiberglass manholes. This work shall be executed in accordance with the plans, specifications and contract documents. Hase Hid Three - Combines the scope of Base Bid One and Base Bid Two. A-4 Method o£ Award The bids will be evaluated based on the following priority order, subject to the availability of funds: 1. Base Bid One and Hase Bid Two, INDIVIDUALLY OR 2. Hase Bid Three (Base Bid One and Base Bid Two) It is the Bidder's option to submit a bid package for only Base Bid One, Base Bid Two, or Base Bid Three. Bidder should indicate "NO Hid" £or those items not included in the bid. The City intends to award the contract to single or multiple contractors within the available project £uadiag. 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 Measurement and Payment Measure and Payment section for standard specifications 022022, 025412, 025424, 025802, 027602, 027610 and 030020 are not used on this project. PART A (Area A. Area B. Area The Base Bid shall include the cleaning, video-recording, & rehabilitation of existing sanitary sewer lines; and, the video-recording of the sanitary sewer lines after rehabilitation; the rehabilitation of existing sanitary sewer manholes and construction of sanitary sewer manholes. 1. Quantities and Measurements: No extra or customary measurement of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered. The method of measuring the bid items and payment of bid items is set out hereafter. Section A - SP (Revised 9/18/00) Page 2 of 46 Pre-Construction Video Taping and Photography: This item shall be measured by the lump sum and the bid item price will include but is not limited to the following: a) Locating the service laterals and marking the location on the ground prior to undertaking the survey. b) Undertake a pre-construction survey to determine existing conditions, (i.e. location of bushes, trees, shrubs, flowers, fences, structures, type of ground cover) and any other items that will be affected by the work. The information will be recorded in the field using sketches, video tape and photographs. The pre-construction survey will be conducted at each property affected by the work. c) Prepare and furnish two (2) hard copy versions of the report to the Engineer for review. The reports will be submitted at least 2 weeks prior to undertaking the work. The report sketches, photographs and video tapes shall indicate site address, time, date and direction being viewed. d) And any other work necessary to complete this item. Cleaning• and Video-Recording of Sewer Lines before & after rehabilitation: This bid item price includes, but is not limited to the following: a) Locating and opening the Manhole. b) Removing all internal deposits, sludge, dirt, broken pipe, grease, rocks, sand, roots, silt, bricks, and any other deposits from sewer lines and manholes. The cleaning shall be accomplished using high velocity jet equipment. In the event that mechanical equipment is authorized, no additional payment will be made. c) Any excavation required to retrieve stuck tools, equipment or materials d) Collecting and retaining all debris and solids in every downstream manhole along the sewer line. e) Removing and properly disposing of all debris and solids resulting from the cleaning, including all. costs for disposal, landfill fees, and any required permits. f) Any root cutting necessary to effect cleaning and lining. g) Recording evaluation reports for cleaning activities, as described in Section A-54. h) Obtaining and/or purchasing potable water necessary for the cleaning purposes. i) Supplying all of the required tapes and evaluation reports (within one week) to the City and the Consulting Engineer. j) Special Provision A-52, A-59, and Standard Specification 027610 shall govern. Rehabilitation of Various Sanitary Sewer Lines by Pipe Bursting: This item shall be measured by the linear foot of HDPE pipe installed at the depth and size indicated in the proposal, and this bit item price will include, but is not limited to the following: a) Notification of homes and businesses b) Pre-construction exploratory excavation per Special Provision A-47. c) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51. d) Utility relocation e) Where fence relocation is required to accommodate the construction work, contractor must maintain a secure site during construction. f) All materials and equipment necessary to install the new HDPE pipe by pipe bursting. All six (6) inch dia. Sewer pipe will be upsized to S" dia. Pipe using SDR 17 HDPE pipe. All eight (8) inch dia. Sewer pipe will be upsized to 10" dia. pipe using SDR 17 HDPE pipe. g) Excavation and backfill of insertion pits. (Note: working space is limited in most areas and contractor may be required to hand excavate entry and exit pits) h) Hauling excavated material to and from temporary storage location. (Note: Hand operated buggies [roll offs] may be required to transport material) i) Dewatering j) Any excavations to remove stuck tools, equipment or materials k) Leakage testing of each pipe segment Section A - SP (Revised 9/18/00) Page 3 of 46 1) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand. m) Existing topsoil shall be double-ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. n) Haulage and disposal of excess excavated material at a regulated disposal site. o) Removal and replacement of bushes, shrubs and minor tree trimming, see also Special Provision A-68. p) And any other work necessary to complete this repair q) Technical Specification 2G24 shall govern Rehabilitation of various Sanitary Sewer Lines by Cured-in-Place Pipe (CIPP): This item will be measured by the linear foot ofcured-in-place pipe installed at the depth and size indicated in the proposal, and this bid item price will include, but is not limited to the following: a) Notification to homes and businesses b)"Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51. c) All materials & equipment necessary to install the CIPP d) Leakage testing of each pipe segment e)Flexural, tensile and thickness testing of each pipe segment f) Any excavation required to retrieve stuck tools, equipment or materials g) Special Provision A-59 and Technical Specification 2G29 [2] shall govern h) Reopening of the service connections after pipe has been rehabilitated using cured-in-place pipe. (Note: If reopened externally, the Contractor must use an internal method to make a smooth round opening.) Service Laterals for Pipe Bursting: New services are to be installed from the sewer main to the property line. New services shall be completed using external reconnect. A PVC saddle (compete with stainless steel straps) or inse rta-Tee will be installed per the manufacturer's requirements. This item will be measured by each individual service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-Construction exploratory excavation per Special Provision A-47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Utility relocation e) Excavation and backf ill (Note: Working space is limited in most areas and contractor may be required to hand excavate service laterals) f) Contractor shall probe below existing pipe at excavated services to determine the composition of the existing pipe bedding material. Any unusual conditions shall be reported to the Engineer. g) Hauling excavated material to and from temporary storage location. (Note: Hand operated buggies [roll offs] may be required to transport material) h) Placement of plywood or other approved material to minimize damage to vegetated surfaces. i) Dewatering j) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51 k) Opening service connections, furnishing and installing SDR 26 PVC saddle or Inserta-Tee after pipe bursting has been completed. 1) All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 3 of 5 and Sheet 23 of 23. m) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand and sand bedding. n) Existing topsoil shall be double-ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. Section A - SP (Revised 9/18/00) Page 4 Of 46 o) Haulage and disposal of excess excavated material at a regulated disposal site. p) Removal and replacement of bushes, shrubs and minor tree trimming, see also Special Provision A-68. q) And any other work necessary to complete this item r) See also requirements in Technical Specification 2G24. Extra Length for Service Laterals for Pine Bursting: This item will be measured by the linear foot of additional footage required to complete the service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation per Special Provision A-47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Utility relocation e) Excavation and backfill (Note: Working space is limited in most areas and contractor may be required to hand excavate service laterals) f) Hauling excavated material to and from temporary storage location (Note: Hand operated buggies [roll offs) may be required to transport material) g) Dewatering h) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51 i) All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5 j) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand and sand bedding. k) Existing topsoil shall be double-ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. 1) Haulage and disposal of excess excavated material at a regulated disposal site. m) Removal and replacement of bushes, shrubs and minor tree trimming, see also Special PYOVisiOn A-68. n) And any other work necessary to complete this item o) See also requirements in Technical Specification 2G24. Service Laterals for C.I.P.P. New services are to be installed from the sewer main to the property line. New services shall be completed using external reconnect. An SDR 26 PVC saddle will be installed on the new CIPP sewer line at each existing service. This item will be measured by each individual service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation per Special Provision A-47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Utility relocation e) Excavation and backfill f) Dewatering g) Proper diversion of the flow during installation, includingbypass pumping during surcharge conditions, see Special Provision A-51 h) installation of SDR26 PVC saddle and stainless steel straps i) All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5 and Sheet 23 of 23. j) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand. k) Haulage and disposal of excess excavated material at a regulated disposal site. 1) And any other work necessary to complete this work. m) See Also requirements in Technical Specification 2G29. SecCi on A - SP (Revised 9/18/00) Pdge S.oE 46 Extra Length for. Service Laterals for CIPP: This item will be measured by the linear foot of additional footage required to complete the service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) b) c) d) e) f) g) h) i) Pre-construction exploratory excavation per Special Provision A-47 Locate all service laterals prior to undertaking rehabilitation of sewer main Notification and coordination with homes and businesses Utility relocation Excavation and backf ill Dewatering Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51 All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5 and Sheet 23 of 23. Subgrade preparation and site grading, including furnishing and placing cement stabilized sand. j) Haulage and disposal of excess excavated material at a regulated disposal site. k) And any other work necessary to complete this work. 1) See Also requirements in Technical Specification 2G29. lO.Manhole Restoration with Protective Cement Liner and High Build Epoxy Coating This item will be measured by each individual manhole for the depth range shown in the proposal. This bid item price will include, but is not limited to the following: a) Manhole cleaning prior to installation of cement liner. b) Dewatering c) Proper diversion of the flow during installation including bypass pumping of surcharged manholes. d) All materials and equipment necessary to install the cement liner, epoxy coating, ring, cover, concrete collar, stainless steel inhibitor, and to remove grout and re-grout base. e) All connections to existing structures and/or lines as required. f) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand. g) Replacement of the ring and cover and replacement of stainless inflow protector. h) Haulage and disposal of excess excavated material at a regulated disposal site. i) Any other work necessary to complete this repair. j) Manhole testing per Special Provision A-76. k) Technical Specification 02733 shall govern. 11.Rehabilitation of Drop Connections It is the intent of this bid item to rehabilitate the existing drop connections on the rehabilitated manholes. Drop connections will be rehabilitated using PVC pipe as shown on Sheet 23 of 23 of the Contract Documents. This item will be measured by each individual drop connection rehabilitated for the depth indicated on the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation, per Special Provision A-47. b) Excavation and backf ill c) Utility relocation. d) Proper diversion of the flow during installation, see Special Provision A-51. e) All materials & equipment necessary to install the new drop connection (see Detail, Sheet 23 of 23). f) All connections to existing structures and/or lines as required. g) Subgrade preparation & site grading, including furnishing and placing cement stabilized sand. Section A - SP (Revised 9/18/00) Page 6 of 46 h) Haulage and disposal of excess excavated material at a regulated disposal site. i) Any other work necessary to complete this item. 12.Internal Obstruction Removal: This item will be measured by each individual obstruction removed by internal methods as indicated in the proposal. This bid item price will include but is not limited to the following: a) Proper diversion of the flow during removal of the obstruction, including bypass pumping of surcharged manholes. b.) All materials & equipment necessary to internally .remove the obstruction by grinding or cutting with robotic tools. c) Removing and properly disposing of all debris and solids, resulting from the obstruction removal operations, at a regulated disposal site. d) Any other work necessary to complete this item. 13.New Manhole Construction with Fiberglass Manholes: This item will be measured by each individual manhole for the depth range shown in the proposal. This bid item price will include but is not limited to the following: a) Pre-construction exploratory excavation, per Special Provision A-47. b) Utility relocation. c) Excavation & backf ill. d) Dewatering. e) Proper diversion of the flow during installation, including bypass pumping of surcharged manholes, see Special Provision A-51. f) All materials & equipment necessary to install the fiberglass manhole, ring, cover and inhibitor. g) All connections to existing structures and/or lines as required. h) Subgrade preparation & site grading, including furnishing and placing cement stabilized sand. i) Installation of the ring & cover and installation of stainless inflow protector and grouting. j) Haulage and disposal of excess excavated material at a regulated disposal site. k) Any other work necessary to complete this item. 1) Manhole testing per Special Provision A-76 m) Technical Specification 2G17 shall govern. 14.POint Repair: This item will be measured by each point repair of sewer pipe size and depth indicated in the proposal. See Special Provision A-63 for further explanation. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation per Special Provision A-47 b) Utility relocation. c) Excavation & backfill. (Note: Working space is limited in most areas and contractor may be required to hand excavate point repair) - d) Hauling excavated material to and from temporary storage location. (Note: Hand operated buggies [roll offs] may be required to transport material) e) Dewatering. f) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51. g) All materials & equipment necessary to complete the repair. h) Subgrade preparation & site grading, including furnishing and placing cement stabilized sand. i) Haulage and disposal of excess excavated material ata regulated disposal site. j) And any other work necessary to complete this repair. k) Special Provision A-63 shall govern. Section A - SP (Revised 9/18/00) Page ~ of 56 15.Extra Length for Point Repair: This item will be measured by the linear foot of additional footage required to complete the point repair to a sewer pipe at the depth and size indicated in the proposal. See Section A-63 for further explanation. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation per Special Provision A-47. b) Utility relocation. c) Excavation and backfill. (Note: Working space is limited in most areas and contractor may be required to hand excavate point repair) d) Hauling excavated material to and from temporary storage location. (Note: Hand operated buggies [roll offs] may be required to transport material) e) Dewatering. f) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51. g) All materials & equipment necessary to complete the repair. h) Subgrade preparation & site grading, including furnishing and placing cement stabilized sand. i) Haulage and disposal of excess excavated material at regulated disposal site. j) And any other work necessary to complete this repair. k) Special Provision A-63 shall govern. 16.Reoairing Hot Mix Asphaltic Concrete Pavement and Flexible Base: Hot mix-hot laid asphaltic concrete pavement and flexible base shall be measured by the square yard of finished pavement and base of the required thickness as shown on the drawings. This item includes, but is not limited to, the following work: a) Furnishing and applying prime coat as shown on the drawings and specified herein. b) Furnishing, placing and compacting asphaltic concrete as shown on the drawings and specified herein. c) See Sanitary Sewer Standard Detail, Sheet 3of 5 and Sheet 23 of 23 for pay limits. d) Furnishing, placing and compacting the flexible base as shown on the drawings and specified herein (see Sanitary Sewer Standard Detail, Sheet 3 of 5 and Sheet 23 of 23 for pay limits). 17.Repairing Concrete Sidewalk and Driveways: Concrete sidewalk shall be measured by the square foot and shall include the .following: a) Furnishing and placing formwork. b) Furnishing and placing concrete. c) Furnishing and placing reinforcing steel to matchexisting. d) See Sanitary Sewer Standard Detail, Sheet 3 of 5 and Sheet 23 of 23 for pay limits. 18.Repairing Concrete Curb and Gutter: This item will be measured by the linear foot and will include, but is not limited to constructing formwork, placing dowels and furnishing and placing the concrete and reinforcing steel to match up to the existing curb and gutter. 19.SOd Restoration: This item will be measured by the square yard of sod installed as indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction video and photography of work area. b) Notification and coordination with homes and businesses. c) All materials and equipment necessary to install sod. d) Any other work necessary to complete this item. e) Standard Specification 028040 shall govern. Section A - sP (Revised 9/18/00) Page 8 of 96 20.Fence Restoration: This item shall be measured by the linear foot for any repairs or restoration to existing fences that must be removed to complete the sewer rehabilitation work. Standard Specification 028300 shall govern. 21.Traffic Control: A Traffic Control Plan has been provided in the contract documents and is to be implemented by the Contractor. This item will be measured as a lump sum item as noted in the proposal. This bid item price will include, but is not limited to, all personnel, equipment, and materials needed to provide proper traffic control. 22.Trench Safety: Excavation and trench safety shall be provided for any excavation or part of a trench regardless of depth. This item will be measured by the linear foot. This bid item price will include, but is not limited to, all personnel, materials, shoring and bracing, and equipment needed to ensure proper trench safety. 23.Disnosal of Contaminated Soil: This item will be measured by the cubic yard where contaminated soils, as defined by A-66, are found within the project limits. 24.Unanticipated Utility Allowance: Contractor shall insert the figure noted in each Base Bid in his bid proposal. This item shall be used for unanticipated circumstances. Payment shall be negotiated for each circumstance. 25.USe and Restoration of City Park: in order to complete the project in a cost effective and efficient manner, the City will allow the Contractor to use a portion of the city park as shown on the Traffic Control Plans for temporary pipe staging and joint .fusion. This item will be measured by the lump sum and will include, but is not limited to, the following: a) The area will be used to temporarily stage and butt-fuse the pipe. The area is not to be used for any other purpose. b) The Contractor will fence the entire perimeter of the staging area with an 8' high locked chain link fence. c) The will restore the grounds to original or better condition once the pipe has been removed. d) Installation and removal of temporary crushed stone driveway e) Existing topsoil will be scraped off the surface of the proposed work area and stockpiled for use in restoring the vegetative cover. f) Furnish and place additional topsoil as required to promote growth of sod. g) Furnish and place sod as noted in Standard Specification 028040. h) The staging area will be kept clean at all times and all trash will be collected and removed on a daily basis. i) Positive drainage will be maintained on the staging area. j) Contractor will remove all temporary fencing and driveways at the completion of the project. Contractor will enter into an agreement with the City as shown in Attachment V. 26.Items Not Listed on the Proposal: Items of work not listed on the Proposal Form necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. BASE HID TWO PART A (Area P): The Base Bid shall include the removal of existing 10" and 12" sanitary sewer pipe and replacement with 15" sewer pipe and construction of new sewer manholes, construction of 10" force main and testing at the Jackfish and Park Road 53 lift stations. Section A - SP (Revised 9/18/00) Page 9 of 46 1. Quantities and Measurement No extra or customary measurement of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered. The method of measuring the bid items and payment of bid items is set out hereafter. 2. Pre-Construction Video Taping and Photography: This item shall be measured by the lump sum and the bid item price will include but is not limited to the following: a) Locating the service laterals and marking the location on the ground prior to undertaking the survey. b) Undertake a pre-construction survey to determine existing conditions, (i.e. location of bushes, trees, shrubs, flowers, fences, structures, type of ground cover) and any other items that will be affected by the work. The information will be recorded in the field using sketches, video tape and photographs. The pre-construction survey will be conducted at each property affected by the work. c) Prepare and furnish two (2) hard copy versions of the report to the Engineer for review. The reports will be submitted at least 2 weeks prior to undertaking the work. The report sketches, photographs and video tapes shall indicate site address, time, date and direction being viewed. d) And any other work necessary to complete this item. 3. Cleaning; and Video-Recording of Sewer Lines before & after rehabilitation: This bid item price includes, but is not limited to the following: - a) Locating and opening the Manhole. b) Removing all internal deposits, sludge, dirt, broken pipe, grease, rocks, sand, roots, silt, bricks, and any other deposits from sewer lines and manholes. The cleaning shall be accomplished using high velocity jet equipment. In the event that mechanical equipment is authorized, no additional payment will be made. c) Any excavation required to retrieve stuck tools, equipment or materials d) Collecting and retaining all debris and solids in every downstream manhole along the sewer line. e) Removing and properly disposing of all debris and solids resulting from the cleaning, including all costs for disposal, landfill fees, and any required permits. f) Any root cutting necessary to effect cleaning and lining. g) Recording evaluation reports for cleaning activities, as described in Section A-54. h) Obtaining and/or purchasing potable water necessary for the cleaning purposes. i) Supplying all of the required tapes and evaluation reports (within one week) to the City and the Consulting Engineer. j) Special Provision A-52, A-64, and Standard Specification 027610 shall govern. 4. Sanitary Sewer Pipe: Sewer Pipe will be measured by the linear foot of pipe for each size and type installed at the depth shown in the Proposal Form. Measurement will be made horizontally along the centerline of pipe from center to center of fitting. This item includes but is not limited to the following work: a) Notification of homes and businesses b) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-61 c) Trench excavation, including removing and disposing of existing unsuitable soil, pavement, etc. d) Removal and disposal of existing sewer pipe. e) Furnishing and installing pipe (SDR 26 PVC), as specified in the plans and specifications and any other items required to complete the sewer system improvements in accordance with the contract documents that are not measured and paid for under another bid item. Section A - SP (Revised 9/10/00) Page 10 of 46 f) Making any connections to existing lines as required to complete the sewer system improvements ready for use. g) Placing and compacting embedment and trench backf ill (including furnishing the select bedding material). h) Grading and cleaning up of pipe trench and affected area. i) Leakage testing of the completed line. j) Furnish restoration of property of all disturbed areas as specified in the contract documents. k) Furnish Storm Water Pollution Control as specified in the contract documents. 1) Furnish traffic control. - m) Pre-construction exploratory construction per Special Provision A-47. n) Maintain constant grade of sewer pipe between existing manholes as noted on the plans. - o) Loading, hauling and unloading excess material removed from the trench excavation to an approved disposal site. p) Standard Specification Section 027602 and Sanitary Sewer Standard Details Sheets 1 through 5 shall govern. Sanitary Sewer Force Main Pipe: Force main pipe will be measured by the linear foot of pipe for each size and type installed at the depth shown in the Proposal Form. Measurement will be made horizontally along the centerline of pipe from center to center of fitting. This item includes but is not limited to the following work: a) Notification of homes and businesses b) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51. c) Trench excavation, including removing and disposing of existing unsuitable soil, pavement, etc. d) Removal and disposal of existing sewer pipe. e) Furnishing and installing pipe (SDR 26 PvC pressure pipe), as specific din the plans and specifications and any other items required to complete the sewer system improvements in accordance with the contract documents that are not measured and paid for under another bid item. f) Furnishing and installing mechanical joint fittings complete with mega lugs. g) Making any connections to existing lines and new structures as required to complete the sewer system improvements ready for use. h) Placing and compacting embedment and trench backf ill (including furnishing the select bedding material). i) Grading and cleaning up of pipe trench and affected area. j) Leakage testing of the completed line. k) Furnish restoration of property of all disturbed areas as specified in the contract documents. 1) Furnish Storm Water Pollution Control as specified in the contract documents. m) Furnish traffic control. n) Pre-construction exploratory construction per Special Provision A-47. o) Loading, hauling and unloading excess material removed from the trench excavation to an approved disposal site. p) Standard Specification Section 027602 and Sanitary Sewer Standard Details Sheets 1 through 5 shall govern. Water Main Pipe: Water main pipe will be measured by the linear foot of pipe for each size and type installed, regardless of the depth. Measurement will be made horizontally along. the centerline of pipe from center to center of fitting. This item includes but is not limited to the following work: a) Trench excavation, including removing and disposing of existing unsuitable soil, pavement, etc. b) Furnishing and installing pipe and mechanical joint fittings complete with mega lugs, concrete thrust blocking as specified in the plans and specifications and any other items required to complete the water system Section A - SP (Revised 9/18/00) Paae 11 of 96 improvements in accordance with the Contract Documents that are not measured and paid for under another bid item. c) Making any connections to existing lines as required to complete the water system improvements ready for use. d) Placing and compacting embedment and trench backfill (including furnishing the select bedding material). e) Grading and cleaning up of pipe trench and affected area. f) Hydrostatic testing, sterilizing, dechlorinating and flushing of completed line. Provide all blow-off valves and taps required to test, sterilize and flush the water main. g) Restraining joints as called for in the Plans and Technical Specifications. h) Furnish Stormwater Pollution Control as specified in the Contract Documents. i) Furnish traffic control. j) Pre-construction exploratory construction per Special Provision A-47. k) Demolition and removal of above ground and below ground improvements within permanent easement according to Local, State and Federal Regulations. 1) Loading, hauling and unloading suitable excess material removed from the trench excavation to an approved disposal site. Service Laterals for Open Cut: New services are to be installed from the sewer main to the property line. This item will be measured by each individual service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-Construction exploratory excavation per Special Provision A-47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Utility relocation e) Excavation and backfill f) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51 g) All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5. h) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand and sand bedding. i) Existing topsoil shall be double-ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. j) Haulage and disposal of excess excavated material at a regulated disposal site. k) And any other work necessary to complete this item Extra Length for Service Laterals for Open Cut: This item will be measured by the linear foot of additional footage required to complete the service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction exploratory excavation per Special Provision A-47 b) Locate all service laterals prior to undertaking rehabilitation of sewer main c) Notification and coordination with homes and businesses d) Utility relocation e) Excavation and backfill f) Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-51 g) All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 2 of 5 h) Subgrade preparation and site grading, including furnishing and placing cement stabilized sand and sand bedding. Section A - SP (Revised 9/18/00) Pnye 12 of 96 i) Existing topsoil shall be double-ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. j) Haulage and disposal of excess excavated material at a regulated disposal site. k) And any other work necessary to complete this item 9. cleanout Boot (only): This item will be measured by each individual cleanout boot installed as indicated in the proposal. This bid item price will include, but is not limited to the following: a) Utility relocation. b) Excavation and backf ill. c) All materials and equipment necessary to complete the cleanout boot as shown on Sanitary Sewer Standard Detail Sheet 2 of 5. d) And any other items necessary to complete the work. lO.New Manhole Construction with Fiberglass Manholes: This item will be measured by each individual manhole for the depth range shown in the proposal. This bid item price will include but is not limited to the following: a) Pre-construction exploratory excavation, per Special Provision A-47. b) Utility relocation. c) Excavation & backf ill. d) Dewatering. e) Proper diversion of the flow during installation, including bypass pumping of surcharged manholes, see Special Provision A-51. f) All materials & equipment necessary to install the fiberglass manhole, ring, cover and inhibitor. g) All connections to existing structures and/or lines as required. h) Subgrade preparation & site grading, including furnishing and placing cement stabilized sand. i) Installation of the ring & cover and installation of stainless inflow protector and grouting. j) Haulage and disposal of excess excavated material at a regulated disposal site. k) Any other work necessary to complete this item. 1) Manhole testing per Special Provision A-76 m) Technical Specification 2G17 shall govern. 11.Dewatering: This item shall be measured by the linear foot of trench where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. See Special Provision A-75, Dewatering. 12.Repairing Concrete Sidewalk and Driveways: Concrete sidewalk shall be measured by the square foot and shall include the following: a) Furnishing and placing formwork. b) Furnishing and placing concrete. c) Furnishing and placing 6x6 #6 wire mesh to match existing. d) See Sanitary Sewer Standard Detail, Sheet 3 of 5 and Sheet 23 of 23 for pay limits. 13.Sod Restoration: This item will be measured by the square yard of sod installed as indicated in the proposal. This bid item price will include, but is not limited to the following: a) Pre-construction video and photography of work area. b) Notification and coordination with homes and businesses. c) All materials and equipment necessary to install sod. Section A - SP (Revised 9/18/00) Page 13 of 46 d) Any other work necessary to complete this item. e) Standard Specification 028040 shall govern. 14.Traffic Control A Traffic Control Plan has been provided in the Contract Documents and is to be implemented by the Contractor. This item will be measured as a Lump Sum item as noted in the proposal. This bid item price will include, but is not limited to, all personnel, equipment, and materials needed to provide proper traffic control. 15.Trench Safety: Excavation and trench safety shall be provided for any excavation or part of a trench regardless of depth. This item will be measured by the linear foot. This bid item price will include, but is not limited to, all personnel, materials, shoring and bracing, and equipment needed to ensure proper trench safety. 16.Disposal of Contaminated Soil: This item will be measured by the cubic yard where contaminated soils, as defined by A-66, are found within the project limits. 17.Unanticipated Utility Allowance: Contractor shall insert the figure noted in each Base Bid in his bid proposal. This item shall be used for unanticipated circumstances. Payment shall be negotiated for each circumstance. 18.Testinq Allowance: Prior to constructing the sanitary sewer gravity and force main improvements, the Contractor will perform the testing at the Jackfish and Park Rd. 53 lift stations. The Contractor shall insert the figure noted in the base bid in his bid proposal to cover the cost of said testing: a) All testing shall be done by the pump manufacturer s representative. b) Pre-construction testing - Measure the time to draw down and fill up the lift station wet well at the following time periods: 9:00 a.m., 2:00 p.m. and 7:00 p.m. These measurements will be taken 3 to 5 times during each time period and averaged. c) Provide data to Engineer for review. d) Do not start the gravity sewer and force main work without authorization from the Engineer. e) Post construction testing - Measure the time to draw down and fill up the lift station wet well at the time periods noted above. f) Adjust the floats in each lift station as needed to reduce the sump capacity. 19.Items Not Listed on the Proposal Items of work not listed on the Proposal From necessary to complete the project as shown on the drawingsand as specified are considered as subsidiary to the established bid items and there will be no separate payment. Their cost should be included in the appropriate bid item. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: 1. 5~ Bid Bond (Must reference OSO AND WBITBCAP WWTP BASIN SANITARY SHWER RRHABZLITATION (FY 2008 - 2009) Pro 'ect No. 7400 as identified is the Proposal) (A Cashier`s Check, certified check, mosey order or bask draft from nay State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement Section A - SP (Revised 9/18/08) Page 19 of 96 A-6 Time o£ Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each phase shown below. The project has been divided into phases. If awarded Base Bid One or Hass Bid Two, the contractor is required to complete each phase before proceeding to any other phase. If awarded Base Bid Three, the contractor will be allowed to start or work concurrently in no more than two phases at any one time. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $200.00 per calendar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start of Project is initiated by the Notice to Proceed. Base Bid One: The working time for completion of Base Bid One will be 370 Calendar Days . Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Part A (Area A + Area B + Area C) 130 Calendar Days Phaae IZ - Part B (Area D + Area S) 240 Calendar Days Hass Hid Two• The working time for completion of Base Bid Two will be 205 Calendar Days . Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Part B (Area G) 170 Calendar Days Phase II - Part A (Area F) 35 Calendar Days Base Bid Three: The working time for completion of Base Bid Three will be 575 Calendar Day s . Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Area A + Area H + Area C 130 Calendar Days Phaae II - Area G 170 Calendar Days Phase III - Area D + Area S 240 Calendar Days Phase IV - Area F 35 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 phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. Section A - SP (Revised 9/18/00) Page 15 of 46 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 370 Calendar Days (Base Bid One), 205 Calendar Days (Base Bid Two) or 5 75 Calendar Days (Base Sid Three), as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall be -independent of damages as sessed for each item, as described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work FOR EACH PRASE or after such time period as extended pursuant to other provisions of this Contract, $200 per Calendar Day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City from the monthly pay estimate. A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge Section A - SP (Revised 9/18/00) Page 16 of 96 receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Ratee (Revised 7/5/00) Labor preference and wage rates for heavy coastruction. ___ -__._- ~-~"=~`. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one-half (12) times the specified hourly wagemust be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B-1-1, Definition of Terms, and Section B-7-6, Working Hours.) A-11 Cooyeration with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer - Urban Enginee ring Mark Maroney 854-3101 2725 Swantner 854-6001 FAX Corpus Christi, TX 78404 Traffic Engineer 826-3540 Police Department 882-1911 t4ater Department 826-1880 Wastewater Services Department 826-1818 Gas Department 885-6900 Storm Water Department 826-1881 Parks & Recreation Department 826-3461 Solid Waste Services Department 626-1970 AEP 299-4833 SBC/AT&T 861-2511 City Street Department for Traff ic Signal/Fiber Optic Locate 826-1946 Cablevi Sion 857-5000 ACSI (Fiber Optic) 887-9200 (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) (693-9444 after hours) (1-800-824-4424, after hours) 826-1960 (857-5060 after hours) (Pager 800-724-3624) Section A - SP (Revised 9/18/00) gage 17 of 46 ICMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCOm (Fiber Optic) 881-5767 (Pager 850-.2981) CAPROCK (Fiber Optic) 512/935-0956 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy sad completeness of such information is sot guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. where existing sewers are encountered and, are interfered with (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and 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. All weather access must be provided to all residents and businesses at all times during construction. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. The 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. :,~,..f..a .. i...: a:, .s, c - A-14 Construction Squipmeat Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No Section A - SP (Revised 9/18/00) Page 16 of 46 visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 8xcavation and Removal8 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 necessary removals including but not limited to pipe, driveways, sidewalks, etc. , are to be considered subsidiary to the bid item € - therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. Also see Specification 27604 £or disposal o£ waste from sanitary sewer cleaning operations and Special Provision A-52. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office - NOT IISSD E A-18 Schedule and Sequence of Construction To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion of each item shown below. The project has been divided into phases. If awarded Base Bid One or Base Bid Two, the contractor is required to complete each phase before proceeding to any other phase. If awarded Base Bid Three, the contractor will be allowed to start or work concurrently in no more than two phases at any one time. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $200.00 per calendar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. Start of Project is initiated by the Notice to Proceed. The Contractor shall submit to the City Engineer a work plan based on calendar days £or construction of the satire project and broken down into construction of each phase. This plan must detail the schedule of work for each phase of construction and shall be structured to meet all the requirements o£ Section A-6 "Time o£ Completion" and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The Contractor to furaiah Construction Schedule for the Following Items: Section A - SP (Revised 9/18/001 PacJe 19 of 46 Base Bid One: Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Part A (Area A + Area B + Area C) Phase II - Part B (Area D + Area 8) 130 Calendar Days 240 Calendar Days Base Bid Two: Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Part B (Area G) Phase II - Part A (Area F) 170 Calendar Days 35 Calendar Days Base Bid Three: Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; Phase I - Area A + Area B + Area C 130 Calendar Daya Phase II - Area G 170 Calendar Days Phase III - Area D + Area 8 240 Calendar Daya Phase IV - Area F 35 Calendar Daye The plan must also indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals £or the entire project. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Once a Month Opdate: Submit Dpdated Construction Progress Schedule to show actual progress o£ 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" and ae noted above. H. The schedule of construction shall not conflict with any provision of the Contract Documents and also that when the Owner is having other work done, either by contract or by their own force, the Engineer may direct the time and manner of constructing the work done under this Contract so that conflict will be avoided and the construction of various works being done for the Owner will be harmonized. C. 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. Section A - SP (Revised 9/18/00) Page 20 of 96 A-19 Conatruction Project Layout and Control The drawings may depict but not necessarily include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. Major controls and two (2) bench marks required for project layout will be provided by the City or Consultant Project Engineer. The Contractor will furnish all lines, slopes and measurements 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 City or Consultant Project Engineer 48 hours notice so that alternate control points can be established by the City or Consultant Project Engineer as necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, Plans and Specifications. Said compliance certification shall be provided and prepared by a third party independent Registered Professional Land Surveyor (R.P.L.S.) licensed in the State of Texas retained and paid by the Contractor. The third party R.P.L.S. shall be approved by the City prior to any work. Any discrepancies shall be noted by the third party surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: • All rim/invert elevations at St:^~T i_..:...- _F „~ Wastewater: toles ~s 2a flow line) (TxDOT Section A - SP (Revised 9/18/00) Page 21 of 96 A-20 Testiaa and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. SCH8DIIL8 OF TBSTING SY TH8 CITY: 1. Embedment, Fill and Backf ill Laboratory Testing: (1) Gradation 7 Ea. (2) Moisture-Density Relationship 7 Ea. (3) In-Place Density Tests 70 Ea. 2. Concrete Laboratory Testing: (1) Concrete Cylinder 7 Ea. 3. Subgrade Preparation, Embankment and Backfill Laboratory Testing: (1) Moisture-Density Relationship (Proctor Curve) 7 Ea. (2) In-Place Density Tests 70 Ea. 4. Flexible Base Course (See Subsection 025222) Laboratory Testing: (1) Moisture-Density Relationship Proctor Curve) 1 Ea. (2) Zn-Place Density Tests 70 Ea. 5. Hot Mix-Hot Laid Asphaltic ConcretePavement (See Subsection 025424) Laboratory Testing: (1) Extraction Test 7 Ea. (2) Stability and Laboratory Density 7 Ea. (3) Field Density None Required SCHBDULB OF TSSTING SY CONTRACTOR: Testing, including sampling, will be performed by Engineer or the testing firm's laboratory personnel, in the general manner indicated in the Specifications. Engineer shall determine the exact time, location, and number of tests, including samples. Arrangements for delivery of samples and test specimens to the testing firm's laboratory will be made by Owner. The testing firm's laboratory shall perform all laboratory tests within a reasonable time consistent with the specified standards and shall furnish a written report of each test. Contractor shall furnish all sample materials and cooperate in the testing activities, including sampling. Contractor shall interrupt the Work when necessary to allow testing, including .sampling, to be performed. Contractor shall have no claim for an increase in Contract Price or Contract Times due to such interruption. When testing activities, including sampling, are performed in the field by Engineer or the testing firm's laboratory personnel, Contractor shall furnish personnel and facilities to assist in the activities. Section A - SP (Revised 9/18/00) Page 22 of 46 When the specifications require inspection of materials or equipment during the production, manufacturing, or fabricating process, or before shipment, such services will be performed by Engineer or an independent testing firm or inspection organization acceptable to Engineer. Contractor shall give appropriate written notice to Engineer not less than 10 days before offsite inspection services are required, and shall provide for the producer, manufacturer, or fabricator to furnish safe access and proper facilities and to cooperate with inspecting personnel in the performance of their duties. The inspection organization will submit a written report to Engineer, with a copy to Contractor, at least once each week. The Contractor must provide all applicable certifications and tenting documentation for all material verifying compliance with specifications to the ffiagineer and Owner. Contractor shall obtain Engineer's acceptance of the testing firm used for all applicable certifications and testing documentation for material compliance before having services performed. A-21 Project Signs - NOT DSED og~2e-3-~eatse~te 8910 6 _ _~.,:~ ..w_ _.,,, __a _a ^~e„~ Polic 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. Definitions Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. 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. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific islanders. For the purposes of this section, women are also considered as minorities. section A - SP (Revised 9/18/00) sage 23 of 46 A-22 Minority/Minority Hueineas Bnterprise Participation Policy (Revised 10/98) 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: Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0$ of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution .paid by the business enterprise. d. Minority: See definition under Minority Business Enterprise. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0°s 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. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. 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 Bueineas Enterprise (Percent) Participation (Percent) 45% 159s Section A - SP (Revised 9/18/00) Page 24 of 46 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 eachtrade. 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. 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. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Inspection Required - NOT USBD (Revised ~/5/00) A-24 Surety Honda 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 reinsurers) 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 Section A - SP (Revised 9/18/00) Page 25 of 46 a~x~a--awl--et-tte E#E~ €ees "~.."'«,. reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) FeR~gt-3.- ~i-E~rev' s' en ''~' A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: 1.. Name: City of Corpus Christi Engineering Services Department Attn: 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 (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides Section A - SP (Revised 9/18/00) Page 26 of 46 worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section a-6-li 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-27 Responsibility for Damage Claims - NOT USHD ,.,..a_ Per}t~aetar-retest-l~'av~d '-- ~__ «s,,, a _~ «w,. .i ..r.. the l+' r 4_~ h.. _'i , A-28 Considerations For Contract Award and Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. A bidder may also be required to supply construction references and a financial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or other authorized party, specifying all current assets and liabilities. Section A - SP (AeVised 9/18/00) Page 27 of 46 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 (5) years recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, street repair, sanitary sewer restoration with C-I-P Pipe and pipe bursting, manhole rehabilitation, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the jobsite, at all times that work is being performed. 2. Foreman, if utilized, shall have at lease five (5) years recent experience in similar work and be subordinate to the superintendent. Foreman cannot act as superintendent without prior written approval from the City. Documentation concerning these matters 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 or foreman assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following 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 section r. - sr (Revised 9/18/00) Page 28 of 46 participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. if the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13. 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 (5) days following bid opening, submit in letter form, information identifying type of entity sad state, i.e., Texaa (or other state) Corporation or Partnership, and name(s) and Title(s) o£ individual(s) authorized to execute contracts oa behalf of said entity. A-31 Amended Policy oa Sxtra Work sad 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 Amended "Hxecutioa of Contract" Requiremeate 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 Section A - SP (Revised 9/18/00) Page 29 of 96 of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Sid Meeting referred to is Special Provision A-1. A-34 Precedence o£ 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 specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements - NOT IISBD ter'a s and eguigment used 'n the r ^^'-'" g~ansPe~taE'en , „_ ^a -4 ~- «w„_ «,.~ ..s.ie _~,....._ _, ..aatYea Section A - SP (Revised 9/10/00) Page 30 of 46 Section A - se (Revised 9/18/00) Page 31 of 46 A-36 Other Submittals (Revised 9/19/00) Shop Drawing 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. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate, on each submittal form. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. Section A - SP (Revised 9/18/00) Page 32 of 96 d. 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. I Resubmittals: Contractor must revise and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. _ 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, andpatterns for City Engineer's selection. 3. Test and Repair Report 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 equipment will not be approved for use on the project. A_ 37 Amended Arrangement sad Charge for Water Furnished by the City„ Under "General Provisions and Requirements for Municipal Construction Contracts", B- 6 15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's water 'Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." for Building or Construction Projects £or The requirements of "Notice to Contractors ~B "' are incorporated by reference in this Special Provision. A 39 Certificate o£ Occupancy sad Final Acceptance - NOT IISSD Section A - SP (Revised 9/18/00) Page 33 of 96 A-40 Amendment to Section 8-8-6: Partial Satimatea General Provisions and Requirements for Municipal Construction Contracts Section B- 8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day '" ' '"' ""' ~ "'° ""'~ A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Amended indemnification & Hold Harmless (s/9a) Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 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, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. A-44 Change Order (4/26/99) 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 Aa-Built Dimensions and Drawings (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. (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: Section A - SP (Revised 9/18/00) Pa Se 39 of 46 (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. (6) Horizontal and vertical dimensions of existing utilities affected crossed or found during the construction. 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 TNRCC, 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 47 Pre-Construction Exploratory Excavations - 0/5/00) 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 existing pipelines at a maximum of 300-feet O.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 8ngineer and until Contractor receives Hagiaeer,'s approval o£ report. ~F -.-,~.c ~ - Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. 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 AEP of his construction schedule with regard to said overhead lines. . 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. Section A - SP (Revised 9/18/00) Page 35 of 46 A-49 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-50 Plan Sheets Areas A through E The drawings for this portion of the project are based on recent aerial photographs produced for the City. Since the sanitary sewer rehabilitation method selected for this project requires minimal excavation, this survey did not include the establishment of ground profiles along the sewer alignments or location of water, sewer, gas, oil, electric, cable TV, telephone, or other utilities. Sanitary sewer, storm sewer, water, gas, right-of-way and property boundaries have been shown based on the City of Corpus Christi Geographic Information System (G.I.S) As noted in A-48, overhead electric wires are present along and cross the construction route. Area F: The drawings for this portion of the project are based on recent aerial photographs and utility surveys conducted for the City. The right-of-way and property boundaries shown are based on the City of Corpus Christi Geographic Information System (G.I.S). A-51 Maintenance gad Control of Wastewater Flows The Contractor shall be responsible for maintaining sewage flows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Department regarding any modifications to the existing system flow patterns, such as rerouting flows, or operation of any permanent or temporary lift station(s). This shall be applicable even in case of cave-ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Department and shall not interfere with the proper operation and function of the wastewater collection system and shall not restrict access to residences or businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so as to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street or ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the storm water lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes. The pipe used for bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge, but small enough to not create hindrance to the traffic flow or create any blockage or accident. The dewatering of surcharged lines and manholes and construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, haulage by tanker truck, etc., required to maintain and control system flows shall be the responsibility of the Contractor. The dewatering of surcharged lines and manholes and construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, haulage by tanker truck, etc., required to maintain and control system flows shall be considered subsidiary to the various bid items in the contract, and shall not be measured for payment. Section A - SP (Revised 9/18/00) Page 36 of 46 The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth traffic flow during the entire construction phase of this project. The sewer lines to be cleaned and rehabilitated under this contract are now in and must remain in active service to convey wastewater to the treatment plant. The City makes no representations that any lines (gravity or force mains) will be removed from service to facilitate the cleaning/televising and rehabilitation operations. Nor does the City make any representation that the lines are on-grade and free of sags and bellies and are not surcharged. The contractor shall incorporate into his work plan the removal of liquids and internal deposits from the lines and manholes using the most efficient means and methods available under the contractors control. The City will not support the contractor in his operations by loaning equipment, work crews, removing lines from service, etc. A 52 Disposal of Materials Resulting from Cleaning of Sxisting Linea and Manholes The Contractor shall be responsible for the removal from the site of all solids and semi-solids resulting from the cleaning of the existing lines and manholes. Sludge depths for the existing sanitary sewer line are not shown in the plans and specifications, however, it is the intent of the plans and specifications that all sludge, grit, debris, etc., be removed from existing lines and manholes during cleaning operations and not be allowed into downstream portions of the collection system. The Contractor shall be required to provide a weir or other methods approved by the Engineer for assuring that downstream migration of these materials does not occur. The Contractor shall also be required to remove these materials from the existing line or manhole by methods approved by the Engineer. The proper disposal of the resulting sludge, etc., shall then be the responsibility of the Contractor. Trucks hauling materials removed from the existing lines or manholes shall be watertight so that no leakage or spillage will occur. All solids and semi-solids shall be dewatered and delivered by the Contractor to a facility that is authorized to receive it. If the Contractor desires to utilize the City's Cefe Valenzuela Sanitary Landfill, he will be required to complete the attached GENERATOR'S WASTE PROFILE SHEET. The material must be sufficiently dewatered to pass the required paint filter test. Disposal of the material at the Cefe Valenzuela Landfill is subject to prior approval of the facility and payment of associated disposal fees. The Contractor has the option of using the City's facilities for dewatering the solids and semi-solids. The Wastewater Department requires companies that wish to utilize the City drying beds to apply for registration as waste handlers with the Greenwood Plant. At the Greenwood Wastewater Treatment Plant (1541 Saratoga Blvd.), the City has six drying beds, each with a one-foot high containment wall with a surface area of about 2,300 s.f. The Contractor would be required to haul and handle the material to, at, and from the facility. The Contractor will be responsible for the restoration of the drying beds to include removal of all dewatered material and replacement of the existing sand bed with new sand. All work required within the Greenwood Wastewater Treatment Plant shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds is subject to prior approval and payment of associated dewatering fees. If the City's facilities are used for dewatering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate solid waste and wastewater officials, scheduling the work, and meeting any requirements set forth by said officials. Failure to meet these requirements shall be cause for the rejection of the materials by either the landfill or the treatment plant operations. All costs involved in disposal of the materials resulting from the cleaning of the existing sanitary sewer lines and manholes including, but not limited to pumping, hauling, drying, landfill charges, etc., shall be considered subsidiary to the various bid items within the contract. The Contractor's attention is directed to standard specifications Section 027604, Disposal of Waste from Sanitary Sewer Cleaning Operation. Section A - SP (Revised 9/10/00) Page 3] of 46 A-53 Protection of Existing Facilities Due to the suspected fragile condition of the existing pipe and appurtenances, the Contractor is expected to exercise extreme care in all construction operations, including the installation and removal of all sheathing, shoring and bracing for any required access pits. Construction equipment and techniques employed by the Contractor shall be such as to minimize the possibility of any further damage to the existing pipe and appurtenances. The Contractor shall be responsible for 'the repair of any existing Facilities damaged by construction operations. Such repairs shall meet the requirements set by the Engineer and the City Wastewater Division. The Contractor shall have all materials and equipment ready for the immediate repair of the sanitary sewer line in the event that a section of the sanitary sewer line collapses during the course of the project. The Contractor shall prepare and submit a plan of action for emergency repair of the sanitary sewer system to the Engineer for approval. The plan should contain information on repair procedures, location and type of equipment to be used and time required for equipment mobilization. A-54 Video Documentation As part of the project requirements, the Contractor shall perform televised inspections of the entire length of lines to be rehabilitated after cleaning and again after rehabilitation work is complete. Hoth inspections shall be recorded in color on professional grade VHS format videotapes at standard play (SP) speed. The findings and observations during the videotape recording shall be referred by documenting the finding in the tape by audio sound and continuous footage documentation on the screen. The original plus one (1) copy of these tapes will be forwarded to the Engineer for review and approval as they are completed. The Engineer will distribute a copy to the Waste Water Department. If the quality of the videos does not meet with the Engineer's approval, the Contractor shall modify televising and/or recording equipment and procedures as required and repeat the video documentation process. Videotape records approved by the Engineer will then be forwarded to and become the property of the City Wastewater Division. The Contractor will be required to make one set of direct copies from the original videotape records for his final inspections and in furnishing videotape records in a three ring binder, which shall be included in the applicable bid items in the proposal. Please see Attachment II - Televised Inspection Report Data Requirements, for the information required on the video tapes and inspection report. The information submitted by the Contractor must include at a minimum the information required by Attachment II. In addition to any pipe defects, the Contractor shall also note the location of each service connection on the video tapes and the accompanying inspection report. The Contractor will be paid by the linear foot for lines televised after cleaning and after rehabilitation at the established unit price for the pipe size as indicated in the proposal. A-55 Trench Safety If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and safety. All costs associated with meeting these requirements shall be included in the amount bid for the item "Trench Safety" as shown in the proposal forms. A-56 Confined Space Entry Requirements Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces and associated requirements for entry into these areas including compliance with OSHA Regulation (Standard 29 CFR) Permit Required Confined Spaces 1910.146. Section A -.SP (Revised 9/18/00) Page 38 of 46 A-57 Pavement Restoration and Project Clean UP It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, for pre- construction exploratory excavations, point repairs, rehabilitation of manholes, access pits, service lateral construction, the replacement pavement shall, as a minimum, conform to the pavement restoration detail shown on the plans (refer to Class III Pavement Repair for all pavement restoration). If the excavated or damaged pavement section exceeds these requirements, they shall be replaced with the same types and thickness of materials as the existing pavement. Where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall, as a minimum, conform with the City standard details and standard specifications available on file with the Department of Engineering Services. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure(s). Restoration of all improvements as described above shall be in accordance with applicable City standard specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveways, vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. Unless shown on the proposal as a unit bid item, all site restoration and project clean-up shall be considered subsidiary to the various bid items, therefore, no direct payment shall be made. A-58 Rehabilitation of Existing Manholes Rehabilitation of existing manholes shall be performed using a protective cement liner and high build epoxy coating in compliance with Technical Specifications Section 02733,~as indicated in the Special Provision A-4. Rehabilitation of existing manholes includes, but is not limited to, excavation and removal of the manhole ring and cover(and concrete protective ring), dewatering (if necessary), pressure washing manhole walls, preparation of invert for liner, placing of cementitious liner and epoxy coating, re-grouting invert, replacing a new manhole ring and cover, adjusting ring and cover to grade, providing astainless steel inflow inhibitor and pavement restoration as mentioned in Special Provision A-57 and the surfacerestoration. The existing manholes to be rehabilitated are brick and mortar City standard manholes. Refer to the plans for additional details of existing manholes. The Contractor shall be required to verify the existing manhole dimensions and existing manhole conditions prior to construction. The Contractor is advised to schedule this work during times of minimal flow and must reroute all existing flows to allow for proper installation of the proposed rehabilitation method. The Contractor's attention is drawn to Section A-51 and A-52 for the requirements for maintaining and controlling wastewater flows and disposal of material from cleaning operations. Section A - SP (Revises 9/ia/oo) Page 39 of 96 A-59 Method of Sanitary Sewer Liae Rehabilitation It is the intent of the plans and specifications to allow cured-in-place pipe(CIPP) methods and pipe bursting to rehabilitate the existing sanitary sewer lines as shown onthe plans. For this project, the design of the CIPP liner shall be based on fully deteriorated (FD) existing sewer pipe with an ovality of 2% to 5~, see also Technical Specification 2G29. For further information on pipe bursting, see Technical Specification 2G24. A-60 internal Combustion Saginea for Generators Unless otherwise approved by the Engineer, the use of internal combustion engines to power electrical generators and/or pumps for flow control or other operations shall be prohibited between the hours of 6:00 p.m. and 7:00 a.m. The Contractor has the option to request use of internal combustion engines for each location provided that the Contractor submits a mediated noise level proposal to the Engineer for review and approval. Payment of the testing services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be done by a recognized testing laboratory selected by the City. The criteria for approval of the mediated noise level proposal for the use of internal combustion engine will be based on the noise level measured at the closest property line to the proposed internal combustion engine location. Per Federal Highway Administration (FHWA - Source 23 CFR 772), Noise Abatement Criteria, noise level leg shall not exceed 67 dBA Ldn anytime. For protection of the employees working on the site, the permissible sound level should not exceed 90 dBA per day in eight hours period (for more information, refer to OSHA 1926.52 or 1910.95). The Engineer or his designated representative reserves the right to stop construction, if any time the noise level exceeds the above said criteria. A-61 Rerouting of Traffic During Construction The Traffic Control Plan for the work has been prepared by the Engineer and is included in the drawings. Should the Contractor desire to deviate from that plan, it is the responsibility of the Contractor to provide a traffic control plan to the City Traffic Engineer for approval. The plans should be submitted for approval two weeks in advance prior to its implementation. The traffic control plan submittals should be on the standard 22" x 34" plan sheets and should be readable, legible, clean, proportionate and if possible, to scale; and shall meet the City of Corpus Christi's "Uniform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Department of Transportation (TXDOT) for roads under the jurisdiction of the TXDOT. Any additional cost incurred due to preparation o£ a revised traffic control plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. A-62 Qualifications of Manufacturer's Field Service Representatives 1. General: The technical specifications require that for certain equipment and other items, the manufacturer shall include in his cost to the Contractor specified periods of on-site time of a qualified factory field service engineer to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly. This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble-free service life. 2. Prior Approval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to reject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the information furnished. Section A - SP (Revised 9/18/00) Page 50 of S6 3. On-site Rejection: In the event a manufacturer's representative, while on the job site, demonstrates (in the opinion of the Engineer) that he/she is not thoroughly qualified to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo as much of the completed services designated by the Engineer and complete the remaining services. This shall be done at no increase in the contract amount (no cost to the City). 4. Video Tapes: The City reserves the right to video tape any and all services performed by manufacturer's field service representatives. The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services to accommodate the City. A-63 Point Repairs and 8xtra Length for Point Repairs Known point repairs for this project are listed for each work area in the bid proposal. In addition to the listed point repairs, if the Contractor encounters line obstructions or structural failure that will not allow high pressure or mechanical cleaning equipment to pass through the sanitary sewer pipe and which cannot be removed with conventional internal methods, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction as directed by the Engineer. Point repairs do not include repairs required to remove tools and equipment stuck during cleaning, CCTV inspection or rehabilitation. Costs associated with removing stuck equipment will be the responsibility of the Contractor. Payment for the repairs will be at the established unit prices. Contractor will only be paid for approved and completed point repairs. Where required, a point repair shall include all labor, materials and equipment necessary to repair a 10 foot length of existing sanitary sewer pipe (5 feet on either side of the location of point repair), and shall include all items listed in Section A-4. If it is determined that a particular point repair length is in excess of 10 feet, the said point repair shall be measured by the linear foot and paid for at the established unit prices. All point repairs and extra length for point repairs must be approved in writing by the Engineer prior to commencement of the work. The Contractor shall repair the existing line to a condition which will enable the Contractor to continue the rehabilitation operation without reducing the size of the proposed rehabilitated pipe diameter. A-69 Errors sad Omissions The Contractor shall carefully check these specifications and the contract drawings and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. Section A - SP (Revised 9/18/001 Page 41 of 46 A-65 Lack of Information If the Contractor feels that there is insufficient information in order for him to prepare his bid and/or construct the work, he is required to make a written request for additional information. If the Contractor chooses to conduct his own pre-bid TV investigation of the sewer lines, he shall contact the City's Project Engineer. The Project Engineer, after receiving the written request, shall contact the Wastewater Department to assist the Contractor to perform a pre-bid TV investigation. The Contractor shall be responsible to provide Traffic Control plans and required traffic control signs as per City's requirements, required flagmen to divert the traffic during the pre-bid TV investigation and the by-pass plans to divert the flow. However, the Contractor shall not perform any investigation at the project site unless a written request is submitted and approved. The Contractor shall not use the lack of information as a basis for requesting extra compensation. A-66 Contaminated Soils If, during the construction; an area is suspected of a high level of contamination, then the City will have the area tested. If the area proves to have a high level of contamination, then the Contractor shall comply with the regulations of the TCEQ who has jurisdiction concerning policies as to the reuse of this material, the Contractor shall follow the following procedures: 1. Material Reuse: Excavated material that contains indications of elevated levels of contamination may be utilized as backfill for excavations, up to 24" from the surface of the finished grade. It will be the Contractor's responsibility to incorporate as much as possible of the contaminated material into the backfill. Clean material with no indication of contamination shall be used with the top 24" of the trench. All materials used for the backfill of excavations shall also conform to the trench embedment section shown on the construction drawings. 2. On-Site Stockpiles: Excess material from excavation, whether non-contaminated or contaminated with any detectable concentration of contaminants, shall be handled in such a way as to prevent run-on, runoff, , and infiltration of contamination from precipitation. Contaminated stockpiles shall be underlain by plastic, with a clean-soil berm covered with plastic around the perimeter. The contaminated stockpiles shall be covered with plastic and secured to prevent loss of the cover due to wind or storms. Maintenance and cleanup of any stockpile areas shall be the responsibility of the Contractor. 3. Disposal of Excess Non-Contaminated Soil: The balance of any non-contaminated soil not used in backfill, shall become the property of the Contractor and shall be hauled off and disposed of by the Contractor at the designated disposal site. 4. Disposal of Contaminated Soil: All costs associated with excavating contaminated soil, transporting contaminated soil, landfill disposal fees, constructing and maintaining a stockpile in the required manner, and cleaning up the project site after the contaminated soil is removed shall be paid for by the cubic yard as measured by the City Inspector'. Excess contaminated soil will be transported by the Contractor to a safe disposal area to be designated by the City. 5. OSHA Training: Contractor shall be responsible for providing proper OSHA hazardous waste training that is required for construction personnel working in contaminated areas. Section A - SP (Revised 9/18/00) Paye 42 of 46 A-67 Pencea All existing fences affected by the work shall be maintained by Contractor until completion of the work. Fences which interfere with construction operations shall not be relocated or dismantled until the owner of the fence has been notified of the construction and the duration that the fence is to be left relocated or dismantled. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original locations. Payment for removal, replacement or repairs to existing fences shall be at the established unit costs in the proposal. A-68 Protection of Public and Private Property Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards, parkways, and medians, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed inside or outside the permanent easement, except where authorized by Engineer. whenever practicable, Contractor shall tunnel beneath trees and shrubs in yards and parks when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees and shrubs left standing shall be adequately protected against damage from construction operations. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or workers to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. A-69 Security Contractor shall be responsible for protection of the site, and all Work, materials, equipment, and existing facilities thereon, against vandals and other unauthorized persons. No claim shall be made against Owner by reason of any act of an employee or trespasser, and Contractor shall make good all damage to Owner's property resulting from his failure to provide security measures as specified. Security measures shall be at least equal to those usually provided by owner to protect his existing facilities during normal operation, but shall also include such additional security fencing, barricades, lighting, and other measures as required to protect the site. A-70 Acceae Roada Contractor shall establish and maintain temporary access roads to various parts of the site as required to complete the Project. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. Section A - SP (Revised 9/18/00) Page 43 of 46 A-71 Parking Contractor shall provide and maintain suitable parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. A-72 Noiae Control Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriatefor the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. - During construction activities on or adjacent to occupied buildings, and when appropriate, the Contractor shall erect screens or barriers effective in reducing. noise in the building and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. A-73 Duat Control Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When practicable, dusty materials in piles or in transit shall be covered to prevent blowing dust. Buildings or operating facilities which may be affected adversely by dust shall be adequately protected from dust. Existing or new machinery, motors, instrument panels, or similar equipment shall be protected by suitable dust screens. Proper ventilation shall be included with dust screens. A-74 Temporary Drainage Proviaiona Contractor shall provide for the drainage of storm water and such water as may be applied or discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. Existing drainage channels and conduits shall be cleaned, enlarged, or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. A-75 Dewatering This item shall be subsidiary to the appropriate bid item as described in Section A- 4 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include allcosts to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and £low is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berms) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. Testing of groundwater quality is to be performed at the City's cost, when determined necessary, by the City. If the water does not meet quality standards, options £or Section A - sP (Revised 9/1B/00) Page 94 of 46 disposal of groundwater by the Contractor would include pumping to the nearest sanitary sewer system or discharging to temporary holding tanks then trucking to a sanitary sewer or wastewater plant. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact the Pretreatment Activity at 826-1800 to obtain a "no cost" permit from the Wastewater Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit over night, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. A-76 Manhole Teatiag As part of the project requirements, the Contractor shall perform leakage testing of the manholes by one of the methods outlined in Technical Specification Section 2G17.13 Testing. A-77 Work is TxDOT ROW The Contractor shall notify TxDOT 72 hours in advance of undertaking any work within the TxDOT ROW. The notification shall be submitted to Jim Jennings using the "Notice of Proposed Work" form as shown in Attachment III of the specifications. Jim Jennings can be reached at 361/289-1400 or by Fax at 361-289-2739. Please note that if there is any change in the scope of work, the Contractor shall verify if a new permit is required prior to undertaking the work. All pavement repairs within the TxDOT ROW shall conform to the detail shown on Plan Sheet 23 of 23. The Contractor shall protect the pavement adjacent to the work area. Any pavement damaged as a result of the Contractor's efforts, shall be restored to original condition at the Contractor's expense. A-78 Technical Special Provisiona_ The requirements of "Technical Special Provisions" are incorporated by reference in these Special Provisions. A-79 Bntry into Private Property The Contractor shall use a form letter to notify property owners of the impending construction work within the City's utility easement. A typical form letter has been provided for the Contractor's use in preparing the public notification letter (See Attachment IV). The letter shall be approved by the Engineer prior to being sent to the affected property owners. A 80 Agreement to Allow a Temporary Construction Project Staging Area in a City Park If the Contractor elects to utilize Koolside Park, Lindale Park, Glen Arbor Park or Cullen Park as noted in the traffic control plans, he shall enter into an agreement with the City of Corpus Christi. A draft version of the agreements for use of each of these parks can be found in Attachment V. A-81 Amended Prosecution sad Progress Under "General Provisions and Requirements for Municipal Construction Contracts", B-7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. If funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. Section A - SP (Revised 9/18/00) Page 95 0£ 46 SUBMITTAL TRANSMITTAL FORM PROJECT: ONNER: ENGINEER: URBAN ENGINEERING CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NOMBSR: SUBMITTAL Sec[ion A - SP (Revised 9/18/00) Pdge 46 of 46 A G R E E M E N T TAE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 14th day of APRIL, 2009, 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 Huff 6 Mitchell, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $2,454,026.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (FY 2008-2009) PROJECT NO. 7400 (TOTAL BASE BID THREE: $2,454,026.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying 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, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 The Contractor will commence work within ten (10) calendar days from date the •)receive written work order and will complete same within ~$2iT'CALENDAR DAY3 after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. AT i City Secretary CITY ~pOff~j /C~/O~R,,P~US~CHRISTI By: ~/U~I "~"."L Oscar Martinez Assistant City Manager APPROVE`Dp AS TO LEGAL FORM: ~~/~~~) By: c~..!/Yt Asst. City At o ney ATTEST: (If Corporation) Shaw (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) By: Pete Anaya, P.E. Director of Engineering Services CONTRACTOR Huff & 'tchell Inc. By: ~ \ ~-~~!~~,~ Title• ti's Yres~J`c(~~ 13626 KLUGE ST. (Address) CYPRESS, T]C 77429 (City) (State)(ZIP) 281/304-9100 * 281/304-9107 (Phone) (Fax) a 0 Ypl-~ g$ . AUTNORIZEt~ !IT COtlRCIL..,Q~„~.~,~~,~~,,, i AR{'~41. Agreement Page 2 of 2 RESOLUTION OF CORPORATION RESOLUTION OF CORPORATION I hereby certify that it was RESOLVED by a quorum of the directors of -Huff i£ Mitchell Inc. (Name of Corporation / Contredor) on the day of 11y , 20~, that ~P~ ~e~'Representatar~) be, and hereby is, authorized to act on behalf of the Corporation, as its representative, in all business transactions conducted in the State of Texas, and -That the above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full force and effect; and In authentication of the adoption of this resolution, I subscribe my name on this day of , 2~~• l~~f Secretary/A stant Secretary END OF DOCUMENT ua~uvl [vua ii:4e rxx OSO ANO 11HTTECAP 1PN'P8 BASIN S34NITARY SEi~ER R1El1ABILITATIOD7 (8'Y 2008 - 2009) BASE HID ONE PART A - !-REA A 1~ VV47V3J = II III IV HID fl'1'Y ~' D88CRIPTION UNIT PRICQ HID ITEM Y7[TICN$ION ITBM DNIT A. AREA A•- SANITARY $Eg6R Il4P$ANP,l~NTS A-1 1 Pre-Construction Video Taping lace t i ~ ~~• ~~~ LS e n p and Photos, comple . 4 er LS A-2 2,160 Cleaning and Video Recording LE of Sewer Linea Before and l ~ ~i7 ~ n!) ZZ// ~i/ ete After Rehabilitation, comp $ in lace per LF A-3 560 Rehab of 6N VCP Sewer Pipe by LF Pipe Bursting to 8" HDPE (0'- i Q ~ CJ • o ~J n 6' in Depth), complete $ / lace er LF A-4 520 LF Rehab of 6^ VCP Bewez Pipe by Pipe Bursting to 6" HDPE (6'- 2 ~ 10' in Depth), complete in J • $ / place er LF A-5 14 Install Service Laterals (with EA cleanout) on Sewer Pipe ~q ~ 2 ~,F% Rehabilitated by Pipe Bursting , 5 / (C'-6' Sn Depth) up to 25', $ com late in lace er EA A-6 16 Install Service Laterals (with EA cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting ~~' /o ~/~ry~ 'Y"~ " (6'-10' in Depth) up to 25', $ complete in lace er EA A-7 30 F Extra Length for Service ls (0'-6' in Depth) Lat r ~• ~ ^ ~~w G L , e a 8 com late in place pez LE A-8 30 Extra Length for Service ' ~~ LF in Depth), Laterals (6'-10 Z , / • com lete in lace er LF $ A-9 1 4' Dia. Manhole Restoration EA with Cement Pnd Epoxy Coating com lete in th) i D 0 ~ ` Q~ ~/ ~' C/ p e , n ( 6 ,CJ lace er EA __, $ ABVIBED Yxopoeal toxin Page 3 of 32 ADDENDOM N0.2 Attachment No. 7 Page 3 of 32 VJ/VY/LVVJ 11. Y6 ~M8 090 AND WBTTECAB 9oNTP BASIN SANI'PARY 88WER REEIASI7.ITATION (SY 2008 - 2009) RASE HID ONE PART A - AREA A IQJ VV]/V3J I II III IV V BID 4TY & DEBCRIDTION UNIT PAZCE HTD TTSM EXTENSI~7 ITEM DNIT A-10 2 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in D th) 6`-10' i ~1 ~® ~g~J(?. , n ep ( . % $ lace per EA A-11 10 Iritetnel Obstruction Removal, ~~~ $ 6/!/V~' EA complete in lace er EA A-12 1 New 4' Dia. Fiberglass Manhole complete in (D`-6' in Depth) ae`.QQ. ~~-~-~ EA , , $ lace er EA A-13 1 Point Repair (Up to 10' in EA Length) Of 6" VCP Sewer Pipe complete in (0'-6' in Depth) ~ ~~ ~ I DO~• , ~ $ place psr EA A-14 1 Point Rapait (Up to 10` in pp, Length) of 6^ VCP Sewer Plpe (6'-10' in Depth), complete in n ~ /(70. ~ ~fl~• lace er EA $ A-15 10 Extra length (Over 10'-0" in LE Length) for point repair of 6" th) i 0'-6' i D ~O ~Q~ , pa( n ep VCP sewer p . B co late in lace per LF A-16 10 Extra length (Over 10`-0" in Lg Length) for poinC repair of 6" D th) 0' i ' / g, r ~/ / ~,rl • '(/V n ep , VCP sewerpipe(6 -1 j ,~ com late in place per LF $ A-17 90 Repair 2" HMAC Pavement and nn C gy 12" Flexible Base, complete in /~v• ~ 0~(~• lace pet SY $ f A-1B 90 Repair Concrete Sidewalk, 3s~- i S~o gE ccmplete in place par sF $ A-19 20 Repair Concrete Curb and g S ~fj~ ~ " LF Gutter, complete in place per LF S " A-20 400 SOd Restoration, complete in c( ~ Z~~ . $ SY lace ex SY U ' A-21 300 Fence Restoration, complete in ~ D . 9 QQ~ LF place per LF $ R&VISZD PxoDpasl roar Page d of 32 ADDENDUM N0.2 Attachment No. 7 Page 4 of 32 OSO AND WiiITECAP NSTP BASIN SANITARX SEOPER PENAAILITATION (FZ 2008 - 2009) HAS& SID ONE PARx A -AREA A IQJ VVb/VJ:3 I zI III rv v SID QTY 6 DESCRIPTION UNIT PRICE SID ITEM $7LTENHIOlI ITSbI UNIT A-22 1 Traffic Control, complete in )p0 L $ IO ~g i V LS lace er LS A-23 410 Trench Safety, complete in / , (~~~, LF lace er LF - $ -r - - A-29 50 Disposal of Contaminated Soil, ` ~~2, 700 $ ~ CY co lets in lace par CY ' A-25 1 Unanticipated Utility LS Allowance (Mandatory Allowancs), complete in place er LS 7,000.00 X7,000.00 A-26 Ls Use and Restoration Of a City ~l~ v "" S 2 gQ~~ 7 Bark oo lets in lace er Ls TOTA7t. BABE HID ONE PART 1k - AREA A $ ~ ~ Zi SrZ~ -_' (Bid Items A-1 thru A-26) NOT6: The above unit prlcea neat include all labor, materials, bailing, r®oval, overhead, profit, insurance, etc., to covet the finished work of the several klnda called for and the Owner resar-ea the light to incr9aee oY decrease the quantity of any bid item. The above quantities era approximate and may very lrom the final quantities. Da not order materiel based bn these aunrOXinate Ouantltiee. REV28PD Proposal Fora Page 5 of 32 ADDENDUM N0.2 Attachment No. 7 Page 5 of 32 V3/V4/LVVO iiay ran 080 AND WHITBCAP 67WTP BASIN SANITARY SEWER RENASILITATION (FY 2008 - 2009) BASE SID ORO~ PART A - AREA 8 IQ VVf/V ~:i I II III n' SID QTY i D8$CRIPTIOPi UNIT PRICE 9ID ITE![ EX'P8N$ION ITEM UNIT B. AREA H - SANITARX SL71ER IMPROVBbD;NTe B-1 1 Pre-Construction Video Taping ~ p LS and Photos, complete in place S Qom, p0. j et LS $ e-2 4,290 Cleaning and Video Recording LF of Sewer Lines Eefore and m l t i i ~ ~` ~ O p e on, co e tat After Rehabil ' $ in lace ex LF B-3 610 Rehab of 6" VCP Sewer Pipe by LF Pipe Buxstinq to B" ADPE (0'- 6' in Aepth), complete in ~~ `.p„O 2 ~ (J / S lane er LF B-9 9B0 Rehab of 6" VCP Sewer Pipe by LF Pipe Bursting to B" HDPE (6'- complete in 1D' in Depth) ?j ~J. •~ 2'j"' 3 / , lace er LF / 6 H-5 530 LF Rehab of 8" VCP Sewer Pipe by CIPP (6'-10' in Depth), r/ ~ ~~(7, complete in lace er LF , $ B-6 23 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by eipe Bursting u to 25' th 0' 6' i A rQ:~, J ~wv ~ry, 0 ~ /(/ p , ) ( - n ep co fete in lase er EA ~ / 8-7 33 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting (6' -10' in Depth) up to 25' , ~ ~ tL ar 5~~ CO late in lace er EA ~ ~ 7 $ ~ e-B 30 Extra Length for service LF Laterals (0'-6' in Depth), //~ ~ ~~ C late in place er LF _ +~- $ B-9 30 LF Extra Length for Service Laterals (6'-10' in Depth) z ` 2 ~ ` L (~ , com fete in lace er LF , , $ RBVIBED 8sopoael Hbm gage 6 of 32 ADDENDUM N0.2 Attachment No. 7 Page 6 of 32 VJ/V4(LVV~ 11.4.'1 hXX O30 AND WHITECAP WWTP Hl18IN SANITARY SEWER RElWBII.ITATION (E'Y 2008 - 2009) SASE HID ONE PART A - AREA 8 IpJ VVG/V33 I xx xrx xv v 8ID 4'fY & p&SCRxPTiON ~rT ~~ HID ITRtQ EXT&NBION r'1'~ UNIT B-10 2 4' Dia. Manhole Restoration S,P. with Cement and Epoxy coating complete in (0'-6' in Depth) ~ ~~~ . ~~ ~ , lace er EA , S 8-11 3 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in (6' -10' in Depth) ~~ Qf~ / ?D Q ~ , lace er EA , . l S l 8-12 1 EA Rehab of Dxop connection (6'- complete in 10' in Depth) ~ f7Q. 90®. , S lace er EA 8-13 10 internal Obstruction Removal, ~, S /~ ~J~Q , EA com fete in lace er EA Y~ B-19 1 Point Repair (Up to 10' in EA Length) of 6" VCP Sewex Pipe complete in th) (0'-6' in De ~ 3 ~ ~~ , p ~, , place er EA ~ S B-15 3 Point Repair (Up Co 10' in EA Length) of 6" VCP Sewer Pipe 3 , (6'-10' in Depth), complete in 0(7~ /f /.0 O , lace er EA $ s-16 10 Extra length (Over 10'-0" in LF Length) for point repair of 6" in Depth) VCP aewex pipe (0'-6' r- ~ C ® , . complete 1n lace er LF ~ S / ~ B-17 30 Extra length (Over 10'-0" in LF Length) for point repair of 6" VCP sewer ipe(6'-10' in Depth) ~~ DD ~ , co lete in lace er LF ~ $ ~ 8-18 120 Repaix 2" HMAC eavement and $y 12" Flexible Base, complete in ~~ / , ~~d place per 5Y ~ S B-19 50 Rapaix Concrete sidewalk, 2L~ gF complete in place per SF J 7 $ / ~~ ~ B-20 10 Repair Concrete Curb and Q ~ LF Gutter, complete in place per LF U S RBVISa;D 1Propoaa7. Forty Page 7 of 32 ADDENDUM N0.2 Attachment No. 7 Page 7 of 32 09p AND SPHITECAP Y SASIN SANSTARY 3EWSR R$8A$ILITATION (E'Y 2008 - 2009) RASE SID ONE PART A - ARNA 9 lQf VVJ/VJJ I II III rv v HID 4TY 6 DIDBCRIPTION UNIT RRICID HID ITIDt4 IDXTIDNBIOtc1 ITEK UNIT B-21 750 Sod Festoration, complete in $ ~~~, SY place er SY B-22 560 Fence Restoration, complete in 3 Q J $ ~ O ~~, LF laoe r LF e-23 1 TralEic Control, complete 1n 31~0~ ~lOQ . L3 lace er LS $ B-24 730 Trench Safety, complete in ~ $ `~ 7~ LF lace ar LE B-25 50 Disposal of Contaminated Soil, ~ ~~ ~~~, CX Dora lets in lace er CY +~ B-26 1 Unanticipated Utility LS Al10Warice (l~adatory A1loavanao), complete in place er LS 7,000.00 1$7,000.00 TOTAL HASID HID ONS PART A - AR&A H $ ~ b 7 ~ ~y ~- (Bid Items B-1 thru B-26) NOTE: Tne dboV6 trait pxiree must include all labor, materials, bailing, xertaval, overhead, profit, insurance, ett.. t0 cover the f1nleAad work o! Che 6everel kittda Called !ox end the OwneY reastvas the right to increase or decseaae the quantity oP etty biQ Stma. she above quantities axe approximate sad nay Vary from the final quantities. DO not order material based on these appraxiSiats Cueniltiee. REVIBiD Pxpposetl sosai page B o! 32 ADDENDUM N0.2 Attachment No. 7 Page 8 of 32 var ~vr avow ii.va rnn O80 AND WHITECAP WV7'1'P H71lBIN SANITARY S89PER REHABILITATION (FY 2006 '- 2009) 8A3E 8ID ONS PA&T A - AREA C IQJV IVl V:iJ I xx Iu =~ ~ BID 4'~ A DEBCRIpTION UNIT ~~ BID ITRM 8XTE178SON ITEM UNST C. AREA C - SANITARY BEiIER ZMPROV~NTS C-l 1 LS Pre-Construction video Taping lete in place com and photos ~ ~ ~ e~ • p , , )p $ J O00 p x LS C-2 2,20 Cleaning and Video Recording LF of sewer Lines Before and ~ After Rehabilitation, complete ~ S ~1 ~ZfJO, in lace per LF C-3 a50 Rehab of 6" VCe Sewer Pipe by LF Pipe Bursting to 8" HDPE (0'- Q 6' in Depth), complete in 3 U. $ ~ ~ ~(~v, lace er LF - C-9 670 Rehab of 6° VCP Sewer Pipe by LF Pipe Bursting to 8° HDPE {6'- ~ 10' in Depth), complete in ~ $ 7 25~~,~, lave er LF C-5 12 Install Service Laterals (with EA CleanOUt) on Sewer Pipe / Rehabilitated by Pipe Bursting C~ ~ O ~ (0'-6' in Depth) up to 25', J c lets in ]ace er EA ~ ~ C-6 13 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting ~ J~~ ~~ ,r"~, . ~(J (6'-]0' in Depth) up to 25', com lets in lace er EA S C-7 30 LF Extra Length for Service Laterals (0'-6' in Depth), f ZQ~. com lets in lace er LF $ C-8 30 Extra Length for Service LF Laterals (6'-10' in Depth), ~ / ! ~~' complete in place per LF S C-9 1 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in (0'-6' in Depth) (~' a ~~' , place er EA $ REVIBCO Proposal 80r04 Paga 9 of 32 ADDENDOM N0.2 Attachment No. 7 Page 9 of 32 090 AND iQHtTECAP 9SITP BASIN SANITARY BPSNER REBABILITATYON (FY 2008 - 2009) SASE B2D ONE PART A - AREA G IQf V 11/VJJ I zx III Iv v HID QTY S DEHCRIPTION t1NIT PRICE HIp ITEM 8X4rS78I02i ITEM UNIT C-10 1 9` Did. Manhole Restoration EA with Cement and Epoxy Coating ® 9 (6'-10' in Depth), complete in • 3 a X 00• lace er EA $ C-11 1 EA Rehab of Drop Connection (D'- lete in 6' in De th) com ^ /~0O ~G i ~ O® p , p $ lace et LA C-12 1 EA New 9' Dia. Fiberglass Manhole complete in (0'-6' in Depth) ~ Z ~• , S ~ lace er EA c-13 10 Internal Obstruction Removal, b ~Q, 6 OQQ. EA com late in lace er Fd# S C-19 1 Point Repair (Op to 10' in EA Length) of 6" VCP hewer Pipe (0'-6' in Depth), complete in ~(~fJ, 3 ~ (7C7O. lace er ~ ' ~ S c-15 1 Point Repair (Up to 10' in EA Length) of 6" VCP Sewer Pipe (6'-10' in Depth), complete in ~ y ~ ~ ~~ ' lace er EA /( / S ~ C-16 lO Extra length (Over 10'-0•' in LF Lengthl for point repair of 6" r l VCP sewer pipe(0'-6' in Depth), y ~ 8 ~ , complete in place per LF S C-1~ 10 Extra length (over 10'-0" in LF Length) for point repair Of 6" VCP sewer pipe(6'-10' in Depth), ~ ~ ' complete in place per LF S C-18 300 Repair 2" HMAC Pavement and SY 12" Flexible Hase, complete in ~1 ~~/ ' s-~~,~ ~ ~/~ ' lace er SY S C-19 90 Repair Concrete Sidewalk, ~ 3 SF complete in place per SF s ' s l C-20 220 Repair Concrete Driveway, ~ /p ~~~ SF com lets in lace er SF " S 8EVI8BD PznpOeal iiosu Page 10 of 32 ADD&NDUM N0.2 Attachment No. 7 Page 10 of 32 vJ/VY/LVVJ II YJ ~tlP OSO ANp 1PAITECAP WWTP BASIN SANITARY SEPPBR R8HA9ILTTATION (FY 2003 - 2009) SASS SID ONS PART A - A C, IQJ V IL/ VJJ I Is six zv 8xD flTy ~ DHBCRIPTION UNIT PRIC& HID ITEMS &yCT&NBxON ITaes uNxT C-21 10 Repair Concrete Curb and y' r QC~ LF Gutter, complete in place per LF U ~ . S UJ C-22 300 Sod Restoration, complete in ~ S a,~(7• SY place per SX C-23 250 ~'cnce Restoration, complete in ~O 'l~j~Q'(J. LF lace er LF $ c-24 1 Tzaffic Control, complete in '(~® • ~ /p 0 LS lace er LS S C-25 330 Trench Safety, oompleta in ~ $ 7J '~ LF lace per LF C-26 50 Disposal of Contaminated Soil, /~~1 S '7~ b O CX c lets in lace er CY . c-27 1 unanticipated Utility LS Allowance (Mandatory Allowaaoa), Complete in place er LS 7,000.00 $7,000.00 ~ ~, ~y4. ° TOTAL BASE HID OI4E HART A - AREA C S (bid Items C-1 thru C-27) xOTEo The above unit prices moat ieelude all labor, materials, belling, xaroval, overhead, profit, insurance, etc., to Cover the Finished work of tba several kinds Called fer and the Oxnat reeerVCe CAe right to increase or decrease the quantity of any bid item. The above quantitiea are approximate and may vary lroa the final quantities. oo not order aatazial based on these approxiaatu Quantities, RSVZaBD proposal 8orm Page 11 of 32 ADDENDUM N0.2 Attachment No. 7 Page 11 of 32 VJ/VY/LVVJ IIYJ AMR OSO AND 9iSI'1'ECAP WO1'1'P BASIN SANZTARX &EWER REftAHILITATIOW (FY 2008 - 2009) BASE A2D ONE PART H - AR8]i D ~F:I u Iul veo = xi sxx =~ ~ $~ Q'M i D88CRSPTION DNTT PAiCE HID TT®Ft $XTRNBION ITEM UtiXT D-1 1 Pre-Construction Video Taping ~ LS and Photos, complete in place S~~' $ G~~ p0~ er LS D-2 9,760 Cleaning and Video Recording LF o;E Sewer LirieB Before and ry After Rehabilitation, complete ~ 7 0~~ S P ?) in lace per LF _ ~ D-3 900 Rehab of 8" VCP Sewer Pipe by LF Pipe Bursting to 10" HDPE (0'- complete in th) 6' in De ~ `~~pQ p , , $ place er LP o-4 730 Rehab o£ 8" VCP Sewer Pipe by LE ^ HDPE (6'- Pipe Bursting to l //~ _ ~}[" ~ Z ~ p 10' in Depth), com lets in `t',~ , /~ jj J place per LF $ D-5 1,250 LF Rehab. Of 0" VCP Sewer Pipe by Pipe Bursting to 10" HDPE `~~~- ~ ~ 7~ (10'-15' in Depth), complete J / . in lace per LF S D-6 13 Install Service Laterals (with N:A Cleanout) on Sewer Pipe '"7/ ~ _ Rehabilitated by Pipe Bursting ~~ /I~ (0'-6' in Depth) up to 25', c fete in lace er EA $ 0-7 22 Install Service Laterals (with EA Cleanout) on Sewer Pipe /~ ~ Rehabilitated by Pipe Bursting ,(~ ~ /~ 3 ~O 7 (6'-10' in Depth) up to 25', $ com late in lace er EA D-8 36 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting ~-,~y l,DW ~b ~~~ (10'-15' in Depth) up to 25', $ ~ ~ complete in place per EA ^-9 30 LF ~ Extra Length for Service Laterals (0'-6' in Depth), ,/ _ UT`l~7 ~ 7,1Y~, com late in place er LF $ w PEVIaBD PsOPOHl lbrm gage 12 of 32 ADDENDUM N0.2 Attachment No. 7 Page 12 of 32 OSO AND pW;ITRCAP mWTP BASIN SANITARY SEWER RERASILITATION (FX 2008 - 20D9) SASE BID OR'1E PART 8 - AREA D ~ ~iv~~os I II xis zv v STD Q'l'Y B DESCRIPTION DNIT PRICE BID ITC![ EXTCN9ION ITffid VNIT D-10 30 Extra Length for service LF Laterals (6'-10' in Depth), 2' •® com lets in lace er LF $ D-ii 30 LF Extra Length for service Laterals (10'-15' in Depth) ~o . ~Q~~' , $ complete in lace er LF D-12 1 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating lete in th 0'-6' i D ~~~~ ] v~ ) , comp ep ( n $ lace er EA D-13 3 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating i t 0' ' Q~ `" ~ I / ~~ n -3 in Depth), comple e (6 ~ lace per EA $ D-14 3 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating ~~~ O O, l ~ (10'-15' in Depth), complete • , in place ar EA $ D-15 1 EA Rehab. Of Drop Connection (10'-15' in Depth), complete a~OO ~ O® in place per EA , $ , ~ D-16 10 Internal Obstruction Removal, L,Cy-~, c~~ / 0~~~ ( ~ complete in place per EA $ , ~ D-17 2 Point Repair (Up to 10' in EA Length) of B" vcP Sewer Pipe (6'-10' in De th) complete in 3 ~~• ~ ~~~ p , lace er EA ~ $ Point Repair (Up to 10' in D-18 1 EA Length) of 8" VCP Sewer Pipe (10' -15' in Depth) complete ~~CIO. ~ ~QQ . $ in lace er EA D-19 20 Extra Length (Over 10'-0" in LF Length) for Point Repair of 6" VCP Sewer Pipe (6'-10' in ~~ / ai~ $ , Depth), a lets in lace er LF D-20 10 Extra Lengt (over 0'-0" in LF Length) for Point Repair of 6" VCP Sewer Pipe (l0'-15' in ~ ~ i l '~ ' ' n ace er LF De th), com 1. S 1 aL'VIBCD Proposal germ Page 13 of 32 ADDENDUM N0.2 Attachment No. 7 Page 13 of 32 O&O AND iPHITECAP 1710TP HABIN SANITARY 9E~ REFIABILITATION (S'Y 2008 - 2009) BA3& BID 0®7E PART B - AREA D LQ V15/V:i~ I II Iii Iv v HID QTY i DESCRIPTION UNIT PRICE HID ITEM EXTSNBION ITLM VNiT D-21 70 Repair 2" xMAC Pavement and " ~7 ~~~' SY Flexible Base, complete in 12 O~ S / lace pez SY D-22 90 Repair Concrete Sidewalk, ~' ~ / ~O SF ecm lets in lace per sF . $ D-23 20 Repair Concrete Curb and ~ ~ LF Outter, compl. in place per LF ' $ D-2b 950 Sod Restoration, complete in ~ ~ 6 ~d . SY lace er SY - $ D-25 710 Fence Restoration, complete fn 0 ~ ,b ~ ~/ LF lace par LF $ ~ D-26 1 Traffic Control, complete in ~ p ~ 1 ~o LS lace r LS S D-27 630 ~ Trench Safety, complete in / ~ ~~~' LF place er LF $ D-28 50 Disposal of Contaminated soil, /~Z L ~~~~ CY complete in place er CY $ D-29 1 Unanticipated Otility LS Allowance (Mandatory A1lowanaa), complete in place $7,000.00 Q7,000.00 er LS D-30 L Use and Restoration of a City 00, ~ 3 gam, S Park, complete in place per Ls S TOTAL RASE 8ID ONE PAR! H - ARSA D S ~ ~ 7 7i7, l ~y • ~ (Hid Items D-1 thru D-30) ~ no NODE: The above unit prices must include all labor, materlel9, beillaq, rerypval, overhead, profit, insurance, etc., to cover the liniehed worX of the ievaral klnda called POr and the Owner Yeservee the right co increase or deorease Che quantity of apy.Did itca. the shove quantities are appcnxi9lata and msy vary from the lSnal quantities, Oo not ordgr material based on theca spproxiaete auantitiea. R&VIStD Pro8oau4l. 8bxm Page ld of 32 ADDENDUM N0.2 Attachment No. 7 Page 19 of 32 vu, vy, coou II.VO rnn OSO AND SiNI'i'ECAA W~7'1'P BASIN 51+NITARY SE90ER RBAABILITATION (pY 2006 - 2009) RA13E HID ONE PART B - A1tEA 8 IgJ V I ti / V:i :f x Ix ux =~ HID QTY 6 D86CRI?TION UNIT PRSCL' BID ITEM ExTEN$TOa1 ITiM UNIT E-1 1 Pre-Construction Video Taping ~ ~ LS and Photos, complete in place ` / ~' $ 5 dpi ~ . er LS E-2 12,560 Cleaning and Video Recording LF o£ Sewer Lines Before and complete bilitation r R Aft h 6 Z ~~ , e e a . S , in lace er LF E-3 2,760 Rehab o£ 8" VCP Sewer Pipe by LF Pipe Bursting to 10" HDPE (0'' complete in 6' in Depth) ~ ~. / Z S ~~~ - , lace er LF S E-9 2,600 Rehab of 8" VCP Sewer Pipe by LF Pi.pe Bursting t0 10" HDPE (6'- complete in th) 10' in De ~ ~ ` `~7 ~ , p 7 ~. S lace er LF ~1-- E-5 900 Rehab. Of 8" VCP Sewer Pipe by LF Pipe Bursting to 10^ HDPE (10'-15' in Depth), complete Sr~ ~~ ~ ~~ S ~ in lace er LF E-6 59 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting (0'-6' in Depth) up to 25'~ tr~~. J ~ O com lets in lace per EA $ . E-7 96 install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pips Bursting /- ` (6'-10' in Depth) up to 25', ~ ,`f'p. $ ,V 2~ UD• c lets in place r EA E-8 28 Install Service Laterals (with EA Cleanout) on Sewet Pipe Rehabilitated by Pipe Bursting / / ~i' 0 ~j + (10'-15' in Depth) up to 25', l S com fete in place er RA E-9 30 LF Extra Length for Service Laterals (0'-6' in Depth), r ~(? . c lets in lace er LF S R&YIaxD Proyosal 8oF1p Page 15 of 32 ADDENDUM N0.2 Attachment No. 7 Page 15 of 32 VJ(VY, GVVJ IIJV ,Ilp OSO AND NHITECAB WWTP BASIN SANITARY 8R91aA REHABILITATION (FS 2008 - 2009 SASE BID ONE PART B '- AREA E lQJ V I f/VJJ I II IIS IV V SID 4TY S DESCRIPTION UNIT PRICE BID ITE6Q 8X'PRNSSON STEM UNIT E-10 3p Extra Length for Service /~ LF Laterals (6'-10' in Depth), Z ~ l ~N " , c lete in lace er LF E-11 30 Extra Length for Service th) (10'-15' in De t l ~(~~% •• ~(7G~• LF , p era s La $ COW fete in lace er LF E-12 5 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating l i ' ' ~~~~ ' ~ 'a® /' ete n in Depth) comp (0 -6 /~ $ lace er EA E-13 5 9' Dia. Manhole Restoration i / j EA »g with Cement and Epoxy Coat (6•-10' in Depth), complete in ~ , „~ `~{ff I~ r--~ , ~~ lace per EA , 9 E-19 3 9' Dia. Manhole Restoration Ep with Cement and Epoxy Coating (10'-15' in Depth), complete ,,// ~ W~D® /.3 S~Q~ in lace er EA . ////// , , S E-15 1 9' Dia. Manhole Restozation EA with Cement and Epoxy Coating r' ~ (Greater than 15' in Depth), ~)~. $ ~~ p(~, co lets in place er EA E-16 10 Snternal Obstruction Removal, D , ~ ~~~ Ep, complete in place per EA $ "' E-17 1 EA New 9' Dia. Fibexqiass Manhole (0'-6' in Depth) , complete i» ~ ~ Q. ~I d C LD~ place er EA $ / . E-iB 1 New 9' Dia. Fiberglass Manhole complete in (6'-10' in De th) ~~ QQ. ~ ZoD EA p , lace ex EA $ E-19 2 Point Repair (Up to 10' in Ep Length) of 8" VCP Sewer Pipe com th) lete in D (0'-6' i ~~ 3 ( ~®~• , p n ep p lace ex EA $ 8-20 9 Point Repair (Up to 10' in EA Lengthl of B" VCP Sewer Pipe (6'-10' in Depth), oomplete in ^_~, 2,ryir/, ~ ~~6 lace er EA /' V'~ $ , REVISED Propoawl Form Pag9 16 of 32 ADDENDUM N0.2 Attachment No. 7 Page 16 0~ 32 lQJ V Itl(V33 OSO AND WHITECAP 14i9TP BASIN 3ANITARY SEWER RBRASIZITATION (S)C 2008 - 2009) BA38 SID ONE PART 8 - ARBA 8 I II Iii rv v 8ID 4TY & DH9CRIPTION UNY'P ~~ 8ID ITO9 BXTeNBION I'~ UNTT E-21 2 Point Repair (Dp to 10• in EA Length) of 8" vcP Sewer Pipe ~ ' 1 (10'-15' in Depth), complete ~~. (( f ~ " ~. U v in leas ar EA $ i ` E-22 20 Extra Length (Over 10'-0" in LF Length) for Point Repair of B" VCP Sewer Pipe (0'-6' in D Q~' Da th), compl. in lace ar LE , $ E-23 40 Extra Length (over 10'-0" in LF Length) for Point Repair of 8" VCP Se e (6'-10' i Pi ./ ~ „ / ~~ ® • w r pe n J ~ $ Depth), com 1, in lace pet LF E-24 20 Extra Lenqth (Oyez 10'-0" in LF Lenqth) fot Point Repair of B•' VCP Sewer Pipe (10'-15' in ~O~ O $ /~v De th), com 1. in lace r LF E-25 470 Repair 2" NMAC Pavement and SY 12" Flexible Base, complete in ~ ~' // " ~QD lace er SY B ~ ' E~26 50 Repair Concrete Sidewalk, S / ~~ SF oomplete in lace er SF __ E-27 220 Repair Concrete Driveway, ~ ~ ? 6 V' SF com lets Sn place r SF `a 7 E-28 10 Repair Concrete Curb and ~~ ~ S 0 LF Gutter, com 1. in lace ex LF ~ $ E-29 2,050 Sod Restoration, complete in ~ / ~ ' SY place per SY ~ S ` ) E-30 1,720 Fence Restoration, complete in ~ `~ 6~ ~ LF placs er LF ' S •~ ! E-31 1 Traffic Control, complete in 3~oD ~ ~ ~ LS place er LS • ~ s E-32 2,150 Trench Safety, complete in 2 ~~. LF lace er LF S REVIBiD Pxeyoeal Foxe Page 17 of 32 ADDENDUM NO.2 Attachment No. 7 Page 17 of 32 OSO AEiD NHTTECAP WWTP HASTN $ANITAAY SEWER REHA81LITATIdN (P7C 2008 - 2009) RASE SID ONE PART 8 - AREA E ~puiaiua:f x II IxI IV v HSD Q~ 8 DESCRIPTION UNIT Pi2ICR 8ID ITCM ER'1'LNBION ITCM UNIT E-33 50 Disposal of Contaminated Soil, /~~ b~. cY co lets in lace per CY $ E-34 1 Unanticipated Utility LS Allowance (4~ndatory Allovatice), complete in place $7000.00 X7,000.00 er LS E-35 1 Use and Restoration of a City vo '2 gOO,' 7 $ QDD LS Park, complete in lace per LS v TOTAL RASE 82D ONE FART H - ARYIA 6 $ ~ / ~. 6 ~D (Bid Items E-1 thru E-35) ~~ 2 aO TOTAL BASE HID ONE - AREA A-B S ~~ ~~~. ~ 3~• (Bid Items A-1 Chru E-35) NOTE: The above unit prices snlat include all labor, sleterial8, bailing, reagval, overhead, profit, insurance, etc., to cover tha finished work of the several kinds called for and the owner reserves the right to increase or decrease the quantity of Any 41d item. The above geaRtitieS are approxlaACe and may vary from the Linal quantities. no not order eutterial based on these a roximate sororities. RElVI9ED proposal !'ors Pegs 16 of 32 ADDENDUM N0.2 Attachment No. 7 Page 18 of 32 .w ~~, ~..w rr. ~~ rnn IQ VYV/V:i :~ O30 ANA IPHITEC:AP WWTP BASIN SANITARY SEWER (FX 2008 - 2009) SASE BID TWO PART A - AREA B I II III IV V HID ITEM RTY 6 DESCRIPTION T1NIT PRICE HID ITEM BXTSN6IOIQ UNIT F-1 1 LS Pre-Construction Video Taping and Photos, complete in place ~,,7// ~ ~ . $ " ~ . er LS ~ F-2 1,570 Cleaning and Video Recording LF of Sewer Lines Hefore and Rfter Rehabilitation complete ~~~_ , $ - in 18ca er LF ' F-3 520 Remove Bxiating 10" PVC and LF 12" VCP and Replace with NeW 15" PVC Installed by Open Trenching (0'-6' in Depth), ~ ~/ ~, / oom lets in lace per LF . S F-s 1,050 Remove Exiatinq 12" VCP and LF Replace With New 15" PVC Installed by Open Trenching (6'-10' in Depth), complete in ~(~, 7 ~ ~~, lace er LF $ F-5 500 Install 10" SDR 26 PVC LF (Pressure Pipe) Force Main, 5~. $ ~ ~jpD. com lets in lace per LF F-6 250 LF Ie~tLFl 16" C^905 DR 10 PVC Water Main complete in place ~ ~^ 7 ~~ ~ - ~o , ' $ ~ F-7 5 Install Service Laterals (with EA Cleanout) on New 15" PVC (0'- 6' in Depth) up to 25' ~~ ~ ~ SO , co lets in lace er NA / . $ F-9 6 Install Service Laterals (with EA Cleanout) on New 15" PVC (6'- 10' in Depth) up to 25', r, ~~ ~r7 complete in lace er EA ' ~ S F-9 30 Extrr Length for Service LF Laterals (0'-6' in Depth), / rl co lets in lace er LF $ (!~ F-10 30 LF Extra Lenqth for Service Laterals (6'-10' in Depth), ~ /~j ~ _ c lets in lace er LF ~ S '~v AZVISiD Proposal 8osm Page 19 of 32 ADDENDUM N0.2 Attachment No. 7 Page 19 of 32 VJl V4)LVVJ II.VV tMR I(Jf VC I/V33 OSO AND iIEtITBCAp O9iiTP SABIN gANIT7-RY 88MSR REl1ASILITATIOAf. {aSC 2008 - 2009) BASE SID '1'70 $~T I- - AREA F zv v x xx xxx 8ID ~Y & DBSCaZP'l°ZON UNIT PRZCS HID IT~I gZTaNSZON ZTl~ vxlT l ) F_li 2 y , Install cleanout soot (on gp co late in lace er 8A F-12 1 Naw 4' nia. Fiberglass Manhole a ~. ~ ~o(' aA (a'-6' is Depth), complete in $ lace er 8A a-13 4 Naw a' Dia. Fiberglass Meahole in t 3 Zp(,. ,/ $ ~2 ~pQ ]iA e (6'-10' in Depth), comple -~ lace per 13A F-l~ 1,690 Dewateriag, complete is place ~jn , ~- $ d ~ 7v a ' LF er LF F-15 3,150 Repair Concrete Driveway, ~O . $ ~ ~ q O O gg c late is lace eY 8F • F-16 1,350 Sod Restoration, complete in ~ $ i d ~O . SY lace eY 6Y F-17 1 Tralfic Coairoi, complete in '7,1~~, / `{ $~ ~~f7D Lg lace ar I,9 i ~ ~~ ~ P-1B 1,690 n Trerioh safety, complete l . $ j f LF lace r LF F-19 50 Disposal of Contaminated Soil, /~Z // ~~ $ ?~/Q ' Cy com fete in lace er CY ~ 8-20 1 Unanticipated Vti•lity AllowaaCe i t L8 n e IllYadatosy AyloNanoe),camplo $7,000.00 $7,000.00 lace r L8 F-21 1 Testing Allowance, complete in $2 500.00 $2,500.00 LS lace eY L6 ~ >r-27 1 Grout aaa Aband~ 250 Lt oS t7OO ya ~'-+et 6• xater Liae, eemmlate ~_ ey^ ~~ in lase • LS Aet~Rir 2° 1~ payeLlelat eud P-23 30 17• llexibie Here, eemmiele is ~0~. ~pp)p, r~'I f~lace toes 8Y tillVZBSD Propoesi sorm Page 20 01: 32 ADDBNDUM 110.2 At:tachmerit NO. 7 Page 20 of 32 V3/U4/CUV.Y I1:~1 hH1I IQJ VLC/VJJ OSO AND ~I'A'RCAP Vi~1'PP BASIN 8A1~iITARX SSiPBR RILI'PATTON (eY 2008 - 2009) ' 8AB8 9ID T1P0 PART A - ARBA F Sis =~ V x sx asn oTy ~ osecaspTSOrr m1xT Paxrg asa xTna azTmire=oa xTOI pNIT F~Z~ ; Si• GO EfCi^t. pOri16e Lia^ 1 r1 ~On. ~ ,~0. ~- viCh N^p water Sorvi e. 11 O( v ~- `~(~ i^!~ is place awt sA . TOTAL 9A9E SSD T1P0 8AA.4 A ~ AAEI- ~ S ~~ (Bid Itea^ F-1 thYU F-2*) al. wezhsadr Profit, ineuronea, etc., NdfE: The above unite prieea moat include all lahor, ^atpriel6, Aailifg', remw to ewer the llaSahe6 work of she several kinds ea1106 for and the 01mer roaervae the >righE to iaoraase or decresae eha quaniiey of any bid ite^~ The above gaantitie^ era appmxiaata end eaY teary !ro^ the final gltaatitiea. Do npt order materiel based on these aDDraximfto gaantitiea. REV18ap ps'opoa6l. form Page al o! 3a ADDSrmvi9 xo. a Attachment PIo, 7 Page 21 oY 32 OSO AND IIHITECAP t0ii'PP BASIN SANITARY SEWER REBABILIxATION (FY 2008 - 2009) BABE SID TWO Past 8 - AREA G IQJ UL'3/U3J I II IIS rv v BID QTY 6 DESCRIPTION UNIT PRICC BID ITCM EXTFtiBION IT&M IINIT G. AR&A 6 - a#NITARY a&N&R IMPROVSL4S7T8 G-1 1 Ere-Construction Video Taping LS and Photon, complete in place C ~ u Sj Qpo , per LS G-2 6,020 Cleaning and Video Recording LF of Sewer Linea Before and lete com ti r. ~ on, p After Rehabilita S , ~ Q in lace er LF G-3 2,170 Rehab of 6" VCP Sewer Pipe by LF Pipe Bursting t0 8" HDPE (0'- complete in 6' in Depth) (' 3 Q Z ~6D. , C~, $ U lace er LF G-9 S90 Rehab of 6" VCP Sewer Pipe by LF Pipe Bursting to B^ HDPE (6'- eomplete in 10' in Depth) Q ~ ( 7 ~• 3 I g , place er LF y . ~ ~ G-5 50 Install Service Lateral9 (with EA Cl eanout) on Sewer Pipe Rehabilitated by Pipe Bursting (0'-6' in Depth) up to ZS', ~n `~j ~ ~~. com lets in lace per EA $ G-6 10 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting / ~ / ~0 (6'-10' in Depth) up to 25' , ~ (~ ,('» ~/ co Sete in place er EA ~ G-7 300 Extra Length for Service LF Laterals (0'-6' in Depth), ~, ~ Z L-L•b com late in lace per LF G-S 50 LF Extra Length for Service Laterals (6'-10' in Depth), ~~, ~ ~~ com lete in lace er LF $ ~ G-9 S EA A' Dia. Manhole Restoration with Cement and Epoxy Coating ~ I ~ ~ ~'~i (0'-6' in Depth), complete in • ~j(7 S / lace er EA 1+EVreao rsopoeaa ansm Page 22 of 32 pDpENAUM N0.2 Attachment No. 7 Page 22 of 32 VJ(VY(LVVJ IIJI rnn 090 AND WHITECAP WWTP Bl~i9Ili 9ADTI1'ARY Si9PEA RSH7IBILITATION (FY 2006 - 2009) BASS BID 1'YP~O Part 8 - l1REA. G Iflf VLY/ VJJ x xx six rv v BID S21'Y B D86CRIPTION UNIT PRICE SID ITEM EXTBNBION ITEM UlQIT G-10 2 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in (F'-10' in Depth) ~ // ~j~. ~y '~ 7~0f7 , lace er EA ` , S v G-11 1D Internal Obstruction Removal, ~ O~, ~O, EA c late in lace 6r EA $ G-12 1 New 9' Dia. Fiberglass Manhole ' 1 ~, (0' -6' in Depth) , complete in 1 ( ,,,~, O~ l~ s ~ ~ , lace er EA G-13 1 Point Repair (Up to 10' in ~ Length) oP 6" VCP Sewer Pipe (0'-6' in Depth), complete in ~~~ rJ ~ O~~ place er EA ~ B G-19 1 Point Repair {Up to 10' in EA Length) of 6" VCP Sewer Pipe complete in (6'-10' in Depth) n ~~ 3 ~ 7d~ , lace er EA / . S G-15 10 &xtra length (Over 10'-0" in LF Length) for point repair of 6" VCPs~werpipe(0'-6' in Depth), ~ ~~(~ com late iri place er LF $ , G-16 10 Extra length (Over 10'-0".in LF Length) for point repair of 6" VCP sewerpipe(6'-10' in Depth), ~ ~ complete in place per LF . ~, S G-17 90 g Repair 2" xMAC Pavement and 12" FleSible base, complete in / ~ ~ ~ y place per SY $ , G-16 90 Repair Concrete sidewalk, ~ $ ~ ~~' SE complete in place per SF ~ G-19 20 Repair Concrete Curb and l LF i ~ ~ a S / 7 LF ace per Gutter, complete n p _ G-20 760 Sod &astoration, complete in ~ , $ ~ Z~, SY lace r SY V RBVI9® Fxopo~al 8'orn Page 23 of 32 ADDENDUM N0.2 Attachment No. 7 Page 23 of 32 X3/04/2009 11:51 FAH OSO AND 9iHIT&'CAP WNTP HA.4IN SANITARY S8f0ER RpHABTLITATION (FY 2008 - 2009) BASIS BID 'PNO Part 8 - AABA G 1(JL VCS{VJJ x xz IIx zv BID 4'1'Y G DB®CRIPTIODI OBIT pRICi HID IT)rdd &XTBN6IOR1 IIBM t1NTT G-21 700 Fence Restoration, complete in ~0 • $ ~' f7p(~ LF laoe er LF G-22 1 Traffie Control, complete in ~~Op, $ ~pp, LS lace per LS G-23 780 Trenah Safety, complete in ~ $ ~ ~(' LF lace er LF ~- 9 50. Disposal of Contaminated Soil, l~Z, $ ~~(), G-2 CY co lets in lace or CY Unanticipated Utility G-25 1 L3 pllowanoe (MendatoXy Allowanoe), complete in place 7000.00 $7000.00 per LS ~_~ ~~, TOTAL. HA®1u HID TIPO PART H - AREA G S ~V%, O ./t!• (Bid Items G-1 thtu G-25) POTS; Tha above unit prices aNISC include all lebor, nateriale, Railing, removal, overhead, proRit, ill6urabCC, etc., to cover the ofnad bid iCea. The above yae+ntitieaeare appro~ to Md mey vacs £hxwu thetfinalaCUanEf Ciesaeflu not the gvaM1CY Y Y 4 order material based ob these abaroxiuaEe duentitiea. ixev29ED proposal Sores Paqe 29 of 32 ADDENDUM N0.2 AtCachment No. 7 page 29 of 32 i/0412009 11:51 FAX {~ VLO/ VJu 080 AND p~F[ITECA1r oitiTP aASTN SANITARY BEVPSR REHABZI'YTATION {gY 2008 - 2009) BA8$ HiD TilO part C - AR,8~11 S xv z xx zxx aIa GTS i Da9cAlpSxoN CHIT PAICa am tT$IS 3Xi'~i9I0N ITald I DNxT 8. ARSII a - 6aliIT11RR BRNRA sllPaAVmI>lMTs g_i 1 Pxa-Coaatruotips yiMO TaDiag r,8 and Photon aoe~lsts in elaca ~~, S S p0l9- -- ~ 8-3 30 AaY00Va Exiat a a~- vu. aaa 4 :,. Raelaaa Mitn NOM l2" PVC Q ~ o a~,_C~`~ *~~tallad by ODSa Treaehia4 = rise-ia~ Sa Daethl, oomDiats 8-9 100 LP Aarsovs 8ria61a4 10" V~ and BaDiaaa Mich N.M 10" PVC ~ ~ Q pp0 Sastallad hY ODen 7:raaohiaQ l6'-iB' is a h), a late is DSaca Dar LP 8-4 130 aeMaCeria a iota is is • d Rutorat oa, aaa1D ate A 8 p~/ HAS 103 O • $ Ss iaaa sr 8Y K-6 130 'lreaah 8alety vomeUt• in / , ~ ~ 3~ . 8-7 I ~ I Die - al o! Coata+~iallad 8oil,_ I / ~*j I S 76Q~ - .. nv g_g I i I Uaaat7.aieacsa ann.+z~r L8 JS1oMaaaa (Nandatorv alloMaac°I. .,..~iaea in niaea eat L9 97,000.00 97,000.00 8-9 fib 8! Affair 7" BDSaC• aevamaac aaa 13" 1laacibla Saae. aeaielate is l G ~Q, ~~~~ . _ $ lw r SY to an4 Quttar 4,E" ~'~~ - is laaa ar LP t ~ 8a0 100 a ie ° L! AEVSa=D FsOPo"al 7osm Page 25 of 3a ADDSlIDUN N0.2 . Attachment No. 7 Page 2s oY 32 ~3roa/zoos ii:ei rnx .p;~va~i w.. OSO AND ii~iITSCAB 9iOiTP BASIN SANITARY SaiCHR g$~ILtTATIODI (FY 2008 - 2009? HASH HID TOPO Bart C - 1-R8A H 1V 4 = TT III sIa Q'i'Y R aBBCRiPTTON Dlaxx kRiC3 SID rrma sxTeeieioty x~1B76 CSQYT s~i1 I a I Traraic Coatsel ooaxaicba iti I ~l~• I $ ~J~00~ 'i'OTAL 3D.8a Bsa Two rAxs c - AREA a S 9 7 / 3 `~'~'' (Bid Items H-1 thzu H-11} 8os oS~• r0Y'i1L HABi HIU Tq0 - AREA F, 0 &e R $ (eid Items F-1 the H-li) FoTS: The above wait pzicee west include ell labor, .wterials, bailing, re111oval, overhead. Profit, iasuraaca~etecae to eover cse linisheA cork o! the aewral kinds called !or shd then ~r ~Y ~e l~r~tfinal gwntitiea, no r»t eha quawtity o! env bib i~w• '~ ahoVe gaantities era aypzoxi+na order waeerial based a~a these aoororlmate wantieles. iesVY68o propossl POtin Page a6 of 32 ADDENDUM N0.2 Attachment No. 7 Eage 26 oY 32 i1V4/'L VV`J n:oi rxx 030 ALID SPHTTffirev WWTP BASIN SANITARY 38oPER RSHAgrLYT1ATION (FY 2008 - 2009) SID $t7D~1RY Bidder may bid on any individual and/or combined Hdse Bid. If there is to be no bid on any part, write "NO Bid". Base Bid listed in the following summary shall match those totaled on the precedinq pages. If there is a discrepancy, the total bids on the preceding pages shall govern over those listed below: TaraL aA8$ sxD onrE - $ ~~ ~O'7L S g 3 d. ~ Arcaa A, B, C, D, & E TOTAL aAS~ sxD ~ - s ~~ 5', - ®~~. e~ Areas F, 6 & & TOTAL BASE HID THREE s ~~~~- 0 Z,(~ ~ Areas A - H ASVI9LD Prppp6el Pbrm Page 27 of 32 ADDENDUM N0.2 Attachment No. 7 Page 27 of 32 P R O P O S A L F'OR F 0 R M OSO AND WHITECAP WNTP BASIN SANITARY SEAR REHA9ILITATION (FY 2008 - 2009y Project No. 7400 REVISED Ps»pO6d1 Foxm Page 1 of 32 I~ 0021033 ADDENDUM N0.2 AttdChment No. '/ Paqe 1 of 32 pEYARTMENT OF ENGINEERING SERVICES CITY OF CORPOS CHRISTI, TEXAS P R O P O S A L Place: Date: ~~ ~~ ~~ Proposal of u FF ~ l~l i C• I¢J V V :3 / V:i'~' a Corporation organized and existing under the laws of the State of ~~ . OR a Partnership or Individual doing business as TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: OSO AND 9PHITSCA,P WWTP HASIN SANITARY SEWER RSRABILITA,TION (P'Y 2008 - 2009) Project No. 7400 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to-wit ADUENOUM N0.2 REVISED Proposal Sox7a Attachment No. 7 Page 2 of 32 Paqe 2 of 32 V8/V412UVy 17:4} hRM 090 AND 9PlIITECAB mIdTB HASIDI SANITARY SEi~R R$NASILITATIORQ (L'Y 2008 - 2009} RASE HID ONE PART A - AREA A IQ VU4/VJ:S I II III ri' HID QTY ~ DEBCRZPTION UNIT PRICE HID ITEM YXTPN$IC4!I ITSN SNIT A. AREA A - SANITARY 9EO1SR naPROV~NTB A-1 1 Pre-Construction Video Taping lace t i l ~~~ ~~Q LS e e n p and Photos, comp , 8 per LS A-2 2,160 Cleaning and Video Recording LF of Sewer Linea Before and te l S ~® ~~ ~/ e After Rehabilitation, comp $ in lace per LF A-3 560 Rehab of 6N VCP Sewer Pipe by LF Pipe Bursting to 8" HDPE (0'- i t ' ~ (1 ~J ~, ~o n e in Depth), comple 6 / $ lace er LF A-4 520 Rehab of 6" VCP 3ewex Pipe by LF Pipe Bursting to 8" HDPE (6'- in h l t ' ~ ~ ~ ~~ e e ), comp in Dept 10 $ / place er LF A-5 14 Install Service Laterals (with EA Cleanout) On Sealer Pipe ~/_1 ~Z/_Q. Rehabilitated by Pipa Bursting O /1 7 V IC'-6' Sn Depth) up to 25', eom lete in lace er EA $ A-6 16 Install Service Laterals (with BA Cleanout) on Sewer Pipe / Rehabilitated by Pipe Bursting C/ /~ ~ ' (6'-10' in Depth) up to 25', Complete in lace er EA $ A-7 30 LF Extra Length for Service ( Laterals 0'-6' in Depth) ~ ~ ~f~. , com late in place pez LF ~ A-8 30 LF Extra Length for service Laterals (6'-10' in Depth), ~Z . / ~~. com lete in lace er LF $ A-9 1 9' Dia. Manhole Restoration E1°. with Cement Pnd Epoxy Coating D th) com lete in 0'-6' i ~ G ~y~. V .~ / ~'~ !~C/ , p n e ( .C/ lace er EA $ REVISED 8sopeeal irorm Page 3 Of 32 ADDENDOM N0.2 Attaohment No. 7 Page 3 of 32 Vd/V4/[VV.7 11:4tl YHA 090 21Np WHTTECAB o-iCTP SASIDi SANITARY SBiiER g$ElABTI.ITATION (8'Y 2008 - 2008) SASS HID ONS PART A - AiiBA A tQJ VV~/VSJ I II III ~ V 8ID QTY & DEBCRIDTION UNIT IIRICE HTD TTNFI $~xTENSICd4 ITEM OMIT A-10 2 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in De th) 6'-10' i ~Q~ ~7 7~ , ~ , p n ( , 1 $ / lace pax EA A-11 10 internal Obstruction Removal, ~~, $ ~/~~• EA a lets in lace er EA A-12 1 New 4' Dia. Fiberglass Manhole complete in (0'-6' in Depth) ~~~ ~~ EA , $ lace per EA , A-13 1 Point Repair (Op to 10' in EA Length) of 6" VCP Sewer Pipe complete in th) (0'-6' in De ~ ~Q ~ r DOd• p , , $ place par EA A-14 1 Point Repair (Up to 10` in yp Length) of 6" VCP Sewer Pipe (6'-10' in Depth), complete in n 3 /QQ, 3 ~D~J. lace er EA $ A-15 10 Extra length (Over 10'-0" in LE Length) for point repair o£ 6" th) 0 `-6' in De i ~O ~QD , p pe ( VCP sewer p . 8 co lets in lace per LF A-16 10 Extra length (Over 10'-0" in LP L®ngth) for point repair of 6" / g~ / ~,~ VCP sewer pipe (6'-10' in Depth) , • Cj(/ • ~'(/ com late in place per LF S A-17 90 Repair 2" BMAC Pavement and r1 gy 12" Flexible Base, complete in /~~/• q~OQ, lace er SY ~ $ ff A-1B 90 Repair Concrete Sidewalk, 32 r' s S o sF ccmplete in place per SF . $ A-l9 20 Repair Concrete Cuxb and l LE' r' 5 / ~~ LF ace per Gutter, complete in p , S A-20 400 Sod Restoration, complete in S'{ 3 Z~~ . $ SY lace er SY U ' A-21 300 Fence Restoration, complete in ~ ~ 9 Q~ LP place per LF . $ R&V28iD Proyoasl Foxe Page 4 of 32 ADDENDUM N0.2 Attachment No, 7 Page 4 of 32 VV/VY/LVVJ II4J rnn OSO AND 1QHITECAP I17OTP nA$IN SANITARX SEiPER REHABILITATION (P'= 2008 - 2009) BAB& SID ONE PART A -AREA A IpJ 006/033 x zI ziz rv v 8ID QTy A D7S$CRIPTION UWIT PRICE 9ID ITEM BXTPlN9IOLT ITEM UltIT A-22 1 Traffic Control, complete in I~0 ~O LS lace er LS $ A-23 410 Trench Safety, complete in / , [LIB Lk' Sace er LF - $ -r A_29 50 Disposal o£ Contaminated Soil, ~ ~r'L, 6 DO ~ CY co lets in lace ar CY `~ A-25 1 Unantiaipatad Utility LS Allowance (Mandatary Allevancs), complete in place er LS 7,000.00 Q7,000.00 A-26 LS Use and Restoration of e City ~t?,~, v S ~ 'T~~~' Park c fete in lace er Ls TOTA'1L HA$E HID OTffi PART A - AREA A $ ~ ~ ?'i S ~ =' (Bid Items A-1 thru A-26) NOTE: The above unie prlcea swat include all labor, materials, belling, xemwal, overhead, profit, inaurano9, etc., to cover the finiebed work of the several rinds called for end Che Owner reSar.Ea tna right to increase or decrease the quantity o! any Did item. The above quantitie^ are approximate and may very lxom the rival quantitlea. Do not ordEY materiel Dared on t1fEaE abDrOXiisate quentltiee. RSVI$$D Proposal form page 5 of 32 ADDENDUM N0.2 Attachment No. 7 Page S of 32 va~~vi~v~a ii: vy rnx OSO AND WHIT$CAP NiCTP BASIN SANITARY (H'Y 2008 - 2009) BASE BID ON7( PART A - IQ 007/033 S&WER REHABILITATION AREA H I II 222 ~ v SSD QTY i D88CRIPTION UNIT PRICO 92D STElL $XT8N8ION ITEM UNIT 8. AREA H - EANITARx sarrER IMPROVBbbD:p'ra H-1 1 Pre-Construction Video Taping LS and Photos, complete in place 5 ~~ s~ O . er LS $ B-2 9,290 Cleaning and Video Recording LF of Sewer Linea Before and com lete lit ti ~ ~l ~ 0 p on, a After Rehabi ~ ' in lace ez LF B-3 610 Rehab of 6" VCP Sewer Pipe by LF Pipe Bursting to 8" ADPE (0'- 6' in pepth), complete in ~~ Z ~ `,p„D /~ lace er LF , $ / B-9 9B0 Rehab o£ 6^ VCP Sewer Pipe by LF Pipe Bursting to 8" HDPE (6'- ~ ~ 1D' in Depth), complete in j ~• 3 ~ ' 2 lace per LF S ~ B-5 530 LF Rehab of 6^ VCP Sewer Pipe by CIPP (6'-10' in Depth), (~D ~~ ~~~, complete in lace er LF , $ B-6 23 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting th) u to 25' (0'-6' i D ~~ / 3 /lam ~~ p , n ep c lets in lace er EA ~ ~ B-7 33 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting (6'-10' in Depth) up to 25', ~ ~ ~~ ~~ O coID late in place ez EA ~ $ ' B-B 30 Extra Length for Service LF Laterals (0'-6' in Depth), l~- ~ Z~~ c lets in place er LF ~ $ B-9 30 LF Extra Length £or Service Laterals (6'-10' in Depth) z n G , com late in place er LF , $ FSVIBED Proposal Pom Page 6 of 32 ADDENDUM N0.2 Attachment No. T Page 6 of 32 V3/V4/LVV~ 11.4tl txn OSO AND ~OHITECAP WWTP BASIN SANITARY SBWSR RElIAHILITATIOIQ (k'Y 2008 - 2009) SASE BID ON8 BART A - AREA 8 IQ 008/033 I xx xrx rv '~ 8ID pTY & pESCRIPTION IINIT vRICE HID Z'1~Li NxTEN9ZON x'1'~ I7tiIT B-10 2 4' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in (0'-6' in Depth) ~~ ~~. ~~ `~ , lace er EA $ , 8-11 3 4' Dia. Manhole Restoration EA with CemenC and Epoxy Coating complete in (6'-10' in Depth) ~~((~. ~! ~OO. , ~ $ lace eY EA 8-12 1 EA Rehab of Drop Connection (6'- complete in th) 10' in pe ~ (J f/ 9(JQ• p , . $ lace er EA B-13 10 Internal Obstruction Removal, ~~j, $ /,y~J~Q. EA com late in lace er 8A Ki`^' re B-14 1 Point Repair (Up to 10' in EA Length) of 6" VCP Sewex Pipe complete in th) 0'-6' in D ~ n Q Q 3 , ( ep ~, , place er EA $ ~ B-15 3 Point Repair (Up to 10' in EA Length) of 6" VCP Sewer Pipe ' ' 3,Of7 in Depthl, complete in (6 -10 • /f /~~, lace er EA $ B-16 10 Extra length (over 10'-0" in LF Length) for point repair of 6•' ~ ~ VCP sewex pipe (0'-6' in Depth), ~ ~~ com late in lace er LE ~ $ B-17 30 Extra ength (Over l0'-0" in LF Length) for point repair of 6" VCP sewer i e(6'-10' in Depth), p ~~ ~ ~0 lace er LF c late in ~ $ ~ B-1S 120 Repaix 2" HMAC Pavement and gy 12" Flexible Base, complete in ~~ / ~~d place per SY $ H-19 50 Repair Concrete Sidewalk, r 3 ,~ ~ gp complete in place per SF 5. 7(~~ $ 8-20 10 Repair Concrete Curb and t i L l l ,(~ V ~ ~ S LF e n p ace per e Gutter, comp F REVIB=D ProHoea3. FOxao Page 7 0£ 32 ADDENDUM N0.2 Attachment No. 7 Page 7 of 32 VJ/V4/LVVJ 11.4J rnn OSO AND WHITECAP WpTP SASiN SANITARY SEWER RRHABILITATION (R'Y 2008 - 2009) RASE SID ONE PART A - AREA $ I$J VV~/Va3 I II III rv v HID 4~ 6 p£BCRIPTIOIq UNIT pRSC1 HID ITEl4 ZXTENBION ITEt4 UNIT B-21 750 Sod Gestoration, complete in $ ~~~, 5Y place er SY 8-22 560 Fence Rastoiation, complete in 3 Q ~ (p00• LF lace r LF ~ D-23 1 Traffic Control, complete in ~,DO, 2`0Q L3 lace er LS $ B-24 730 Trench Safety, complete in ~ °? 7 LF lace er LF ~ B-25 50 Disposal of Contaminated Soil, ~ ~~ ~~~~ CX com late in lace er CY ~ B-26 1 Unanticipated Utility LS Allowance (Mandatory Allowance), complete: in place er LS 7,000.00 $7,000.00 TOTAL HAGS 8ID ONB PART A - AR&A 8 $ lJ~~ T. LJ 3y• ~- (Bid items B-1 thru 8-26) ' NOTE: The above unit pY1ree moat include all labor, matexial0, bailing, removal, overhead, pxcfit• inauranCa, etc., [o cover the finished work of Che eevezel kind8 Called fox end the Owner Yefervas the Yi9ht to increase or detseaae the quantity oP any bid Stem- the above gnantitles axe approximate ebd say vary from the final quaniitiee. Do not order material Daead On these apptoxie0te gifentitiee. REVIBiD Prpposal aoxa Page B of 32 ADDENDUM N0.2 Attachment No. 7 Page 8 of 32 Val ov~cova 11.4.7 rnn O$O AND WSYTEC;AP W91TP BASIN SANITARY 87~1pBR REHABILITATION (8Y 2006 2009) SASE BID ONB FART A ^ AREA C IQO10/033 I II III zv ~ 8ID Q~ 4 DESCRIPTION UNIT PRICE HID ITP.M ffiXTSNHICBT ITEM L)TiIT C. ARS71 C - HAN'ITARY 8E716R IMPROVlLMBN~B C-1 1 LS Pre-Construction Video Taping complete in place and Photos l g ~ ~ . , prLS , j0 OQPJ . S C-2 2,240 Cleaning and Video Recording LF of sewer Linea Before and r after Rehabilitation, complete S ~ Q , $ 1 20 1n lace per LF { C-3 450 Rehab of 6" VCP sewer Pipe by Le Pipe Bursting to 8" HDPE (0'- 6' in Depth), complete in ~~ ~'~ ~~-,, lace or LF S C-9 670 Rehab of 6^ VCP Sewer Pipe by LF Pipe Bursting to B" HDPE (6'- 10' in Depth), complete in ~ ~ ~. 2S ~ ~ place r LF , $ ~ C-5 12 Install Serviae Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting 5' ' ' ~ ^~ ®/~:-~ / ~X~ , in Depth) up to 2 -6 (0 c late in ]ace er EA S C-6 13 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting /a ,by~0. ~~ {6'-10' in Depth) up to 2S', com late in place er EA ~ C-7 30 LF Extra Length for Service Laterals (0'-6' in Depth), / 2DQ. OOM Zete in lace er LE ~ C-8 30 Extra Length for Service LF Laterals (6'-10' in Depth), ~ / ~~o Complete in p18Ce per LF ~ ' S C-9 1 9' Dia. Manhole Restoration EA with Cement and Epoxy Coatinq (0'-6' in Depth), complete in ~' a ~~' plane er EA S PSVI9® Proposal 80TH Paga 9 0£ 32 ADDENDUM N0.2 Attachment No. 7 Page 9 of 32 ..~, ~Y, cv~e ~~. ro rnn OSO AND SPBITBCAP 9BITP BASIN SANITARY SEVER REHABILITATION (8Y 2008 - 2009) BASE BTD OIQB PART A -ARIA C IQ V11/V:i3 I Is III sv v BID QTY C DESCRIPTION tiNIT PRICC HID ITF,M EX'1'LNSION ITEM TJNIT C-10 1 4' Dias Manhole Restoration EA with Cement and Epoxy Coating 0 ° //~~ //~~ ` (6'-10' in Depth), complete in 3 ~l ' ~ y~(i" lace er EA $ C-11 1 eA Rehab of Drop Connection (o`- lete in 6' in De th) com ^ ~pa .G ~~~ p , p $ lace er EA C-12 1 EA New 9' Dia. Fiberglass Manhole complete in (0'-6' in Depth) ~ ~ ~• , $ ~ lace er EA C-13 10 internal Obstruction Removal, b ~~. /_ ~~ v EA eom lete in lane er EA, $ W C-19 1 Point Repair (Op to 10' in EA Length) of 6^ VCP Sewer Pipe (0'-6' in Depth) , complete in ~~Q 3 (7C~O ~ lace er EA , ( ~ S C-15 1 Point Repair (Up to 10' in EA Length) of 6^ VCP Sewer Pipe f6'-10' in Depth), complete in ~~ ~ ~~ ' lace er EA S ~ C-16 iD Extra length (Over 10'-0" in LF Length) for point repair of 6" i e (0' -6' in De VCP sewer th) r- ~(? l ~ ~ p p , p . D • complete in place per LF S C-17 10 Extra length (Over 10'-0" in LF Length) for point repair of 6" VCP sewer pipe(6'-10' in Depth), ~ ~ ' complete in place per LF $ C-18 300 Repair 2" FfMAC Pavement and Sy 12^ Flexible Base, complete in ~t ~~/ ' ~® ' lace er SY S C-19 90 Repair Concrete Sidewalk, ~ 3~ gp complete in place per SF J ' $ C-20 220 Re air Concrete Drivewa ~ ~ np ~~~ SF eom lets in lace er SF ' S REVI88D PYOp06a1 lbiY Pnge 10 of 32 ADDENDUM N0.2 Attachment No. 7 Page 10 of 32 VJl V4/CVV~ 11:4.7 YNR OSO AND 1PI(ITECI-P A1f~TP BASIN SANITARY S&9P&R RBttiAHILITATION (FY 2ooe - zoos) BASS HID ONS PART A - A1~A C. t¢JU1G/V3J I Ii Isx n' HID QTX ~ DESCRIPTION UNIT PRICE HID ITBM EXT&N$ION ITEM UNIT C-21 SO Repair Concrete Curb and y ~ QS~O LF Gutter, complete in place per LF (1 ~ . $ U c--22 300 Sod Restoration, complete in ~ $ ~~n• 3Y place per SX C-23 250 ~'cnce Restoration, complete in '30 , '~/j~Q(f . LF lace er LF $ C-29 1 Traffic Control, complete in ~~® , S ~ ~ n O , L5 lace er LS C-25 330 Trench Safety, complete in ~ S 7J LF lace per LF C-26 50 Disposal of contaminated Soil, /~~J 7~ bO CY c fete in lace er CY $ . C-27 1 Unanticipated Utility LS Allowance (Mandatory Alloxanoa), complete in place er LS 7,000.00 $7,000.00 /7~ ~lc0, TOTAS. SASE HID ONE PART A - AREA C S ~._ - (8id Items C-1 thru C-27) a0T6; xhe above unit prices must ieelude all labor, materials, bsilinq, xasovel, overhead, pto£it, insurance, etc., Lo cower the Piniahed work oP t11e sewtal kinds Called for and the Owner reeervoe tAe riphC to increase or eecraesa the quantity o£ any bid item. The above quantities are approximate and racy vary Pros the final quentitiea. po not order material based on these approximate auantitiee. R8V188D Yropomsl Soren Page 11 of 32 ADDENDUM N0.2 Attachment No. 7 Pag® 11 of 32 V3/V4/LVV~ ii. wa rnn OBO AND 9~S11'~CAP WOi't'P $xBIN SANI'PA1tY BEWSR RS,NAHILITxTxON (FY 2006 - 2009) axes axa oa$ pxRT e " x~x D lQ U 13 ! V d'3 I II III Iv ~ $~ 4TY ~ D89CRIPTI~ ITT ~_~ HID rTmbt F,X'1'6NBIC$1 ITEM Ue1IT D-1 1 Pre-Construction Video Taping ~ ~ LS and Photos, complete in place S~~' t, fJO~ er LS $ D-2 9,760 Cleaning and Video Reoordinq LF of Sewer Linea Before and ~ After Rehabilitation, complete d S a ?J ~jJfj in lace per LF ~1.~ ~ D-3 400 Rehab of 8" VCP Sewer Pipe by LF Pipe Bursting to 10" HDPE (0'- complete in th) 6' in De ~ 1~20D p , . $ place er LF D-4 730 Rehab of 8" VCP Sewer Pipe by LF ° HDPE (6'- Pipe Bursting to lO ~~ 7 n ~} ~ p 10' in Depth), com late in , • 7 L a .7 place per LF $ D-5 1,250 LF Rehab. Of S" VCP Sewer Pipe by Pipe Bursting to 10" HDPE ~~[~- ~ ~ ~~ (10'-15' in Depth), complete .7 , . in lace per LF $ D-6 13 Install Service Laterals (with 4;A Cleanout) on Sower Pipe ~/ ~ . Rehabilitated by Pipe Bursting ~~ ~'J (0'-6' in Depth) up to 25', co fete in lace er EA $ D-7 22 Install Service Laterals (with EA Cleanout) on Sewer Pipe / ~ (' ~ i / ~~O• 7 Rehabilitated by Pipe Bursting , ] ' (6'-10' in Depth) up to 25', $ COm late in lace eF EA D-8 36 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting lrpG~• pD~ 3b (10'-15' in Depth) up to 25', $ , ~ complete in place per EA D-9 30 Extra Length for Service LF~ Laterals (0'-6' in Depth), , com late in place er LF ~ $ RBV181'D Propowl lozm eage 12 of 32 ADDENDUM N0.2 Attachment No. 7 Page 12 of 32 ~.+r ~+r cv ~.+ ~ i. ~~ rnn OSO AND WHITIECAF ~1W'PP BASIN SANITARY SEWER RBRASILITATION (AX 2008 - 2009) SA38 SID ON8 PART 8 - AREA D IQ U 141 U'~':i I II iii tv v BZD Q~ = DEBCAIPTION UNIT PRICE HID ITElL ExT8N9ION ITEM SINIT D-10 30 Extra Length for service LF Laterals (6'-SO' in Depth), 2, ~. com late in lace er LF $ D-11 30 LF Extra Length for 6ervice Laterals (10'-15' in Depth) ~o . ~(~~' , $ Complete iri lace er LF D-12 1 4' Dia. Manhole Restoration EA d Epoxy Coating with Cement ~ o ] (0'-6' in De th) , complete in F ~~ , v~ S place ar EA D-13 3 a' Dia. Manhole Restoration EA with Cement and Epoxy Coating t i ' ' ~j r- ~• ~ / ~• n in Depth), comple e (6 -]0 ~ lace per EA $ D-14 3 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating ' ' _ ~~ ~ O O. l ~ in Depth), complete (LO -15 • , 1n plaoe er EA $ D--15 1 EA Aehab. Of Drop Connection (10'-15' in Depth), complete p ~"/ ~~, ~ ~® ~ - in place per EA $ D-16 10 Internal Obstruction Removal, ~. / ~~' ( ~ complete in place per EA $ ~ D-17 2 Point Repair (Up to 10' in EA Length) of s" VCP sewer Pipe th) complete in (6'-10' fn De ~ ~f~• /_ t~D' ~ , p ~ $ lace er EA Point Repair (Up to 1D' in D-18 1 EA Length) of B" VCP Sewer Pipe (10'-15' in Depth) complete ~~~J~ ~~0~• $ in lace pez EA D-19 20 Extra Length (Over 10'-0" 1n LF Length) for Point Repair of 6" e (6'-10' In VCP Sewer Pi ~~ / ~~ p & , Depth), C late Sn lace er LF D-20 10 Extra Lengt (Ovor 1 - in LP Length) for Point Repair of 6" VCP Sewer Pipe (10'-15' in I ~ / ~~ De th), co 1. in lace er LF ('~ ' S `/ ' niVIBED Ysoposal 8orm Page 13 of 32 ADDENDUM N0.2 Attachment No. 7 Page 13 of 32 VJ/V4/LVVJ ii.a~ rxn OSO AND ivHITSCAP 17pTP SABIN SANITARY BE~It REHABILITATION (PY 2009 _ 2009) B7-SE BID ONS PART 8 - AREA D IpJ 015/033 x 1I III rv v HID Q~ i DrSCRIPTION UNIT PRICB HID ITEM 8XT8NSION ITEM UNIT D-21 70 Repair 2" HMAC Pavement and ~7 ~~~' SY 12" Flexible Hase, complete in O~_ S / lace per SY D-22 90 Repair Concrete Sidewalk, ~ ~ / ~O SE ecm lets in lace per SF . $ D-23 20 Repair Concrete Curb and / '7s-Y-~ LF Gutter, compl. in place per LF . $ L ~ w D-24 950 Sod Restoration, complete in ~ , 6 ~d , SY lace er SY - $ 0-25 710 Eence Restoration, complete in 3 ~, ~~ 3'e ~ LF lace eY LF ~ S D-26 1 Traffic Control, complete in Ip ~. ~ l n~ LS lace r LS / S D-27 630 ~ Trench Safety, complete in / ~~~. LF place er LF $ D-28 50 Disposal of Contaminated Soil, ` ~Z ~ D D `~ CY complete in place er CY $ , D-29 1 Unanticipated Utility L$ Allowance (Matadatory A1lowanao), complete in place ¢7,000.00 ¢7,000.00 ei LS D-30 1 Use and Restoration of a Cit i ~nj ~ ~ ~~ ~~~ LS s park, complete in place per V $ TOTAL HA88 8ID ONE PAA'1! 8 - ARBA D S ~ ~ ~ Z • • / f y ° ~ (Bid Items D-1 thru D-30) O ao NOTS: The BboVe unit priOey A49t SnClude all labor. mateYial6, bailing, Yamovel, oVeshesdr Profit, insurance, etc., to Dover the finished work of the sevoral k3nda caned for and the Owner reaexveD the rigDt co increase or decrease the quantity of say Ditl iLme. TDe aDOVE quant3t3ea are apprbzimata anfl may vaYy fibm the f1O0.1 quanti tiea~ [q not ostler material Daeed on Lhasa sPproxlwste auanCitiea. R&VISSD Proy+osal 8brm Base 14 of 32 ADDENDUM N0.2 Attachment No. 7 Page 19 of 32 oar owi~~oa i r. ~o rnx OSO AND ~PHITBC.AP WN'1'P HASIN SANITARY 9E90EA REAASILITATION (i'7C 2008 - 2008) $ASS BID ONLY' PART B - ARNA 8 (QJ V 1 b / U:i'd I II i2I Iv BID QTY 6 DSSCRIPTICN OMIT PAICC BID ITSbI EXTCN$TOa1 iTtbt UNIT E-1 1 Pre-Construction Video Taping ~ r L5 and Photos, oomplete in place S OC~, $ S er LS E-2 12,560 Cleaning and Video Recording LF of Sewer Lines Before and lete com bilitation R h ¢ ~ 2 ~ p , After e a $ , . 0 in lace er LF E-3 2,780 Rehab of 8" VCP Sewer Pipe by LF Pipe Bursting t0 10" HDPE (0'- lete in com 6' i D th) ~ r. / ~ ~ ~~~ p n ep , j lace er LF $ E-9 2,600 Rehab of 8" VCP Sewer Pipe by LF Pipe Bursting t0 10^ HDP$ (6'- complete in th) 10' in De ~ ~ / T ~ ~ p , ~ . g l ~, lace er LF E-5 900 Rehab, Of 8" VCP Sewer Pipe by LF Pipe Bursting to 10^ HDPE (10'-15' in Depth), complete ~.-~ ~~ ~~~ i S ~ in lace er LF E-6 59 Install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting (0'-6' in Depth) up to 25'~ ~(~O g ~ com lets in lace per EA $ , E-7 96 install Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting r" / (6'-10' in Depth) up to 25'r /~ y'~. $ ~GJ Z1 V~• o late in lace er EA E-0 26 Install Service Laterals (With EA Cleanout) on Sewer Pipe Rehabilitated by Pipe Bursting / / ~' O ~' (10'-15' in Depth) up to 25', • [[[ S c late in place er EA E-9 30 LF Extra Length foz service L8teYe19 (0'-6' in Depth), r - n ZV (~- co late in lace er LF S R&V18ED Psogosal BoFN Page 15 of 32 ADDENDUM N0.2 Attachment No. 7 Page 15 of 32 VJ/V4/LVV~ ii oo rnn 080 AND 9PSITBCAB 11WTP BASIN SANITARY BRYPER RSBABILITATION (FY 2006 - 2009) BASK BID O2iE BART B -• AREA Bi IQ V1!/V:~'d I II III IV V 8D) 4TY S DESCRIPTION UNIT PRICE BID IT&M BXTEN6SCiT ITEM UNIT ' E-10 30 Extra Length for SerViae LE Laterals I6'-10' in Depth), ' Z ~ ~ ?j,~, com late in lace er Lk E-11 30 Extra Length for Service th) (10'-15' in De l ~'~ ~ 3(~~. LF , p Latera 8 $ CO late in lace er LF E~12 5 9' Dia. Manhole Restoration EA nd Epoxy Coating with Cement a i l ' ' ~~~~ /n ~® ! p ete n in De th) comp (0 -6 ~ ) $ lace er EA E-13 5 4' Dia. Manhole Restoration i Ep, ng with cement and Epoxy Coat (6'-10' in Depth), complete in ~~ r0. l ~~~ , ~ lace per EA 9 " ~ .. E-19 3 9' Dia. Manhole Restazatlon Ep with Cement and Epoxy Costing (10'-15' in Depth) , complete // `~ D ® ~ ~~7 / 3 S~v • J //// / , $ in lace er EA E-15 1 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating T ~ (Gieatar than 15' in Depth), ~'~• $ ~~ per, Co late in lace er EA E-16 10 Internal Obstruotion Removal ~ O , ~ ~ ~~~ Ep complete in place per EA $ E-17 1 New 9' Dia. P'iberglasa Manhole complete in (D'-6' in Depth) ~ ~ Q, 'p (~ EA , place er EA $ . E-1B 1 New 9' Dia. Fiberglass Manhole complete in th) (6'-30' in De ~ - [, D~. ~~O 5 EA p , / $ lace er EA E-19 2 Point Repair (Up to 10' in Ep, Length) of 8" VCP Sewer Eipe com lete in D thl 0'-6' i ~ `~ o / ~O ( 0• p n ep . ( p lace er EA $ 6-20 9 Point Repair (Up to 30' in EA Length) of B" VCP Sewer Pipe (6'-10' in Depth), aompiete in 3'~j, ~ ~~6. lace er EA $ R8VI8=D Proposal Form Page 16 of 32 ADDENDUM N0.2 Attachment No. 7 Page 16 of 32 080 AND 9PBITSGAP lOi-TP BASIN BANITAAY SE9~ER REEiABILITATI02~ (FY 2008 - 2009) BA98 SID O~ PART 8 - AREA 8 IQ UItllV'~'3 I II III IV V' 8ID 4TY G pF.'9CRIPTION UNIT ~~ HID ITlJ44 EXTENSION ITEM ~T E-21 2 Point Repair (Up to 10' in EA Length] of 8" VCP Sewer Pipe (10'-15' in Depth), complete 2D~. ~~~. in lace er EA $ E-22 20 Extra Length (Over 10'-0" in LF Length} for Point Repair of B" r^ VCP Sewer Pipe (0'-fi' in 5(? ~~~' De th), eo 1. in lace er LF , $ E-23 40 Extra Length (over 10'-0" in LF Length) for Point Repair of 6^ (6'-10' in VCP S Pi ~~ ~/~ n ~ , 7~'v ewer pe S Depth), co 1, in lace per LF E-24 20 Extra Length (Over 10'-0" in LF Length) for Point Repair of 8" e (10'-15' in VCP Sewer Pi ~~~ ' ~(~! O p S De th) Cora 1. in lace er LF -~ E-25 470 Repair 2" RMAC Pavement and SY 12" Flexible Base, complete in ~~~ (~ D~~ lace er SY $ ` ' E-26 50 Repair Concrete Sidewalk, ~ ~ SF com lete in lace per SF S ~ E-27 220 Repair Concrete Driveway, ~ ~{'~ 6D SF c lete in lane r SF S t~ E-2S 10 Repair Concrete Curb and ~~ S~ LF Gutter, com 1. in lace er LF S E-29 2,050 Sod Restoration, complete in ~ /6 rJ~ SY place per SY S L 17V'~ E-30 1,720 Fence Restoration, complete in ~ ~ ~ / ~~ LF place er LF ' S / E-31 1 Traffic Control, complete in 3 ~ LS place er LS 1 ~O . $ ~~Q E-32 2,150 Trench Safety, complete in 2 , ~~, LF lace er LF S REVIB=D Psoyoeal Fozm Page 17 Of 32 ADDENDUM N0.2 Attachment No. 7 Page 17 of 32 OHO AND WHTTBCAP iwITP HA3TN SANITARY SE978It REHABILITATIOIQ (~ 200$ - 2009) SA88 SID OmIE PART H - ARF~- E IQ 019/033 x II IiI IV v HID Q~ i DYSCRIPTION UNIT PAICa HID ITCM EXTLNBICN IRS! UNIT E-33 50 Disposal of Contaminated soil, /~` b~ CY co fete in lace per CY $ E-34 1 Unanticipated Utility LS Allowance (Mandatory Allonatlce), complete in place $7000.00 $7,000.00 ex L8 E-35 1 UEe and Restoration of a City ~D~ ~ ~ $ ~ DD' LS Park, complete in lace per LS V TOTAL HA9>L BID ONE PART H - ARaA 6 .$ ~ ~ ~. d l)f/- (Bid Items 8~7 thru E-35) // l p o0 TOTAL BASE HID oriE - AREA A-B S ~, ~J`` ~. / 3~• r (Bid Itema A-1 thru E-35) NOTE: TMe above unit prices meat include all laboY, material8, bailing, reapvpl, overhead, profit, lnsarance, etc., tc cover the finished work of the several kinds called for and the owner reserves t]ie right to Lnereaee or decrease the quantity o! Any bid item. The above quantities are approximate and may vary from the liael quantltlea- bo act order material based oa these approxiaate auontitiea. RE9Za&D Fropaeai Foss pegs 18 of 32 ADDENDUM N0.2 Attachment No. ~ Page 16 of 32 v o, v•~, coca ii.oo rnn OSO AND iPBITSCAP WWTP BASIN SANITARY (FX 2008 - 2009) SASE BID TWO PART A - I¢JVZV/VJ:1 SEWER REiWBILITA'1'ION AREA 8 I II III ][V V HID RTY t DESCRIPTION D1SIT FRIC6 HID ITEM BXTHN8IOIQ ITEM UNST F-1 1 LS Pre-Construction Video Taping complete in place and Photos ~~0. , $ er LS F-2 1,570 Cleaning and Video Recording LF of Sewer Lines Before and t ~j,~ !7- e After Rehabilitation, comple $ 70 ~ in lace er LF ' F-3 520 Remove Existing 10" PVC and LF 12" VCP and Replace with New 15" PVC Installed by Open (0'-6' in Depth), Trenchin ~`n ~` ~J g com lets in lace per LF $ , F-9 1,050 Remove Existing 12" VCP and LF Replace with New 15" PVC Installed by Open Trenching complete in th) (6'-10' in De ~f7. 7 ~ S ~ , p lace er LF $ _ F-5 500 LF Install 10" SDR 26 PVC e) Force Main sure Pi (P ~Q ~-- ~ ) ~~D , p res , ~ S com late in lace er LF F-6 250 Install 16" C-905 DR 10 PVC l ~" ~ ~ /~~' /~ ~ LF ace Water Main, aomplete in p • $ ~ 7(/,. er LF F-7 5 Install service Laterals (With EA Cleanout) on New 15" PVC (0'- to 25' th) u 6' i D ~~ ~ ~ ~ `J~• p , n ep , $ O co late in lace er EA F-9 6 Install Service Laterals (with EA Cleanout) on New 15" PVC (6'- th) up to 25' 10' in De / r. `JQ 3 9~ - , p complete in lace eY EA ( , $ F-9 30 LF ExtrP Length for Service Laterals (0'-6' in Oepth), //~~~~ may) / ~~ . ao late in lace es LF !`"' $ F-10 30 LF Extra Length for Service Laterals (6'-10' in Depth), ~ ~ Z~, c late in lace er LF $ RaVISCD Proposal flora Page 19 0£ 32 ADDENDOM N0.2 Attachment No. 7 Page 19 of 32 VJf U4/LVUy 11:5V hRX Ipf VL I/VSS OSO AND 11AI'rBC:AP ~'P(YY~~ 6 ~ Off; egNBR RSAA9ILITATIOB. BA88 SID TpPO PART A - ARBA F zv v s :x xxx asa ~ & asscaxs'i'xoN vNxT axzes g=a xz'ns sz'tsassoN I'1'~ RSIT oo` s_ loon' F-11 2 Install cleanout soot (ou7.y). gp c late is- lace er 8A New 4' aia. Fiberglass Manholo ~ ~ a (~ Q~ F-12 1 gA (0'-6' in Depth), complete in $ lace er SA F 13 4 New 4' Dia. Fiberglass Manhole ' ~ 'L~~, $ / 2 ~Ql7 ~" - gA complete in (6'-10' in Depth), .__- - lace per 8A ~ 0 ~ ~~ ° F-1~ 1,690 com late in place Dewateriag, p j $ F-15 LF 150 3 er LF Repair Concrete arivewaY• 3~• g / ` ~ ~ ' , gg c lets is lace eY SF in _ `~ a v ~' F-16 1,350 SOd ReaCOratlOn, Complete ~ $ SY lace er SY E-17 1 Traffic Control, complete in `3~~0. $ 310 Lg Saoe er LS s-1B 1,690 ~rreach Safety. compiete in l , ~~ gam. $ l,g lace r LF 9 Disposal of Contaminated Soil, /~2 $ ?f7v~~ F-i 50 cy com late in lace er cY ~ F-20 1 vnanticipatea Vti11Cy Allowance I1landator7f A11oManoe),complete in $7 000.00 $7.000.00 LB leas r L9 . s-21 1 Testing Allowance, complete in $2,500.00 $2,500.00 Lg lace er L6 F-2R 1, Gro+ati Aband~ Za0 6} Of c ~ ~~ '1 LLf/• 3 ~O` j,g s taciat. 6" Na er Liae. c a ~L~-- $ in laa er LS ir 2" S71AC pavement and ls • is ~O'EJ• ~1J0 F-23 90 17" pleribie arse ecaloD . ~ place ysr SY g80I8>ea Yropeaal Form page 20 0! 32 14D®BNDSIM N0.2 Attachment No. ~ Page sv of 32 V3/U4 /'t UVy 11:51 FAX IQ.f VCC/VJJ O$0 ARD RxS'T$CAP lOq'PP SASIDi BANTTARY $SifiR R8FiA8ILITATTODi (FY 2008 - 2009) ' 8A$8 8ID TiPO PART A - AREA F _~ V S II III Sin QTY ~ D89C&IaTi0m1 DNIT PAICS SID ITli1S 8lT~8i~1 STiI[ »T 3 ?i• Ce E7ciaC. 6srriae Line ~ ~bn~ ^ ~O. 8.44 EA wiCh New Haber SO e. $_ ` - }eCe in Tlaae r SA TOTAL a#98 SSD TIPO PANT # - ARE1- F $ ~ ""~~~ - (Hid Items F-1 thru F-24) D1d!$: The sboVe uhik prieaa anus inalVde all labhr, eaCerials, AaSlii7g, y~oval, overhead, pmfiL, inearence. OCC.. to cover the lini E~a of any b ae itaea a 4'ha above lquaneitiea ara approxieae ahd v ary Eros thoa~nal decYesra tha gash Y quahCitiee. Do not order aiaeerial based on these annroxiMta pasn ties. AEV18~ proposal loan Page 31 of 32 ADDSNni1M ylp.2 Attachment No, 7 Page 21 oY 32 va~vY~cova ii.ai rnn OSO AND ~fAITRCAS 1CfiiTP BASIN SANI'RARX SE7oER AEHASI~x'1'ATION cn'x 2aoe - 2oos~ BASE SID '1'ND Part B - AREA G I¢J V L'J/ U J:i x II III rv v g=D 4TY b D&SCRTPTION UNIT FRIG gIp ITCM EXTF.NBION IT&Di UNIT G. AREl1 6 - SANITARY 9EN&R IMQ'ROV6l~NTS G-1 1 Pre-Construction Video Taping ~ r LS and Photos, complete in place C ~ t~ $ ,~j Qpp , ' r LS G-2 6,020 Cleaning and Video Recording LF of Sewer Linea Before and complete habilitation R ~ Q ~( , e After S ~ in lace er LF c-3 2,170 Rehab of 6^ VCP Sewer Pipe by LF Pipe Bursting to B" HDPE (0'- 6' in Depth), complete in '3~j. $ ~Z '~'(~D. lace er LF G-9 B90 Rehab of 6" VCP Sewer Pipe by LF Pipe Hurating to B^ RDPE (6'- complete in th) 10' in De 3 ~ ~ r ~ l , p • , $ lace ar LF G-5 60 lnatall SeYVice Laterals (With EA Claanout) on Sewer Pipe Rehabilitated by Pipe Bursting th) up to 25' 0'-6' in De ~ ~ ~ ~,'^~,, 'jw , p ( . $ com lets in lace per EA G-6 10 lnstall Service Laterals (with EA Cleanout) on Sewer Pipe Rehabilitated by PipB Bursting / ~ ~ / v~, v ^ (6'-10' in Depth) up to 25', O (~ $ ,( jJ J co late in place er EA G-7 300 L Extra Length for Service Laterals (0'-6' in Depth) ~ Z ~ F , $ , com lets in lace per LF G-S 50 F Extra Length for Service Laterals (6'-10' in Depth), ~Z. ~, /~ L $ com lets in lace er LF G-9 8 EA 9' Dia. Manhole Restoration with Cement and Epoxy Coatinq ~f / ~ ~ ~~ (0'-6' in Depth), complete in //E'/ S ~ lace er EA RbYLe6Y rzopvesa aoa.m Page 22 of 32 ADDENDUM N0.2 Attachment No. 7 Page 7.2 of 32 ua~uvrzuVa it:si rxx 090 ~t`m AiSITPiCAP WWTP BASIN SADT='1'~y $$~~ RBHAHILITATION (FY 2008 - 2009) HASS BIA 1'iP0 Bar~C 8 - 1~1REA G I(IJ VL4/V33 I xx Isx xv v BID R'm 6 D88CAIPTSON UNIT pRICt SID STEM EXT8N8ION ITEI'L UNIT G-SO 2 9' Dia. Manhole Restoration EA with Cement and Epoxy Coating complete in De th) `-10' i ~ /J bjf, Q(, . p , n (F ` & lace er EA G-11 10 Internal Obstruction Removal, 6 DO, $ tea, EA c lets in lace er EFf G-12 1 New 9' Dia. Fiberglass Manhole """"~~~'~ ~ (0'-6' in Depth), complete in ~crr,~ ~v S ~ 00 . Sacs er EA G-13 1 Point Repair (Up to 10' in EA Length) Of 6" VCP Sewer Pipe complete in th) D ' -6' i / ` 3 3 /7QQ , n ep (0 7 ~ O(9 l , 6 pldce er EA G-19 1 Point Repair (Up to 10' in EA Length) of 6^ VCP Sewer Pipe lete in com th) D ' i ' 3 ~Qp 3 7~Q p ep , n (6 -10 , S lace er EA G-15 10 Extra length (Over 10'-0" in " LF Length) for point repair of 6 ipe (0'-6' in Depth), VCP sewer ,~^ bl ~~(~ , p JJ~~// $ c late in place er LF .• G-16 10 Extra length (over 10'-0".in LF Length) for point repair of 6" e(6'-10' in Depth) i VCP r ~ ~(~ , p sewe p , $ , lace per LF iri l t p comp e e G-17 90 Repair 2^ EMAC Pavement and complete in 12" Flexible Base / ~ ~' ~~, gy , $ place per SY G-18 90 Repair Concrete sidewalk, SF ~ 2 f S~, $ _1 SF complete in place per G-19 20 Repair Concrete Curb and ~ ~~ LF Gutter, complete in place per LF _ 5 G-20 786 Sod kestoration, complete in g , $ ~ ~~. SY lace r SY RSVI9® Yropo~al SDSu Page 23 of 32 ADDENDUM N0.2 Attachment No. 7 Page 23 of 32 !04/2009 71:51 FAX l(JJ VLV/ V3J OSO AND WHITffiCAB SiGOTP BASIN gANITARY SCR gg8A8TLITATION (FY 2008 - 2009) BASZ BID TYPO ParC 8 - LRB71 G ly v I Iz III HID C~ ~ DHgCRIPTION QNIT pgSCC BID IT6tQ HkTBN8ICi9 ITEM UIiIT G-21 700 Fence Restoration, complete in '30 , $ ?j' a0(7- LF laoe er LF G-22 1 Traffic Control, complete in ~ /~, $'2 , G-23 780 Trench Safety, complete in I $ / 0(J LF lace er LF ~--- //~~ G-29 50. Disposal of Contaminated Soil, I~, $ ~f7V~. CY co lets in lace er CY G-25 1 Unanticipated Utility L3 Allowance (M~ndstory Alloxsnoo), complete in place 7,000.00 ,7,000.00 per LS TOTAL Hnee HID Tam PART H - AREA G ~ 3a9.8x~• (81d Items G-1 thru G-25) T POTS; The above gn1.t pricaa e116C include aii labo=, materials, bailing, rareovAl, overhead, pLrolit, inaurancei sic., the oYantiCy ofnany bid ilea. The above qUe titi6aesreoapp=oxinate~atld InBYe~'arY fD~ t~tfinalDquAnEiEl.esaeflnanot W ordec natalSel based on tDase a roxinaEa entitles. R&VI98D proyo6al Sores Page 29 of 32 ADDENDUM N0.2 Attachment No. 7 page 29 of 32 i/04/2009 11:51 FAH lQJ VLO/ VJJ O80 Ag1D pOAITECAB W4i'1'P 8A8TN SApITARY SSA pgHABIAITATION (FY 2008 - 2009) BABE SID TifO Part C - ~ xv v z Ix zxz 3ID QTY G DE9CRIPT20N 91PiT PRICE BID ITS[ SXT~i8I0N YTE1R DRIT 8. 71RG E - RS~iIT11RY 9EiiER L6E80VEIOEN'1'S H-i 1 pre-Qaaatrnotiooa Video TeDiag S~ p00- =,g aad phones cd~lets is Dlace ~~, ~ + R-a ao as ~~. ~ ~ a ~~ H-9 100 Rabov. lpciatl,ri4 10^ veP and '- L! lwa. with .w ~ $ ~+ oG1o r tsilad by 09en TXenohia4 ~'6'•10~ is DeDth). oo~lste in Diace Der L? ~_ s ~ba~. 8-4 130 newanaria , e iens is Saca g_g 130 Ts~nah SalabY oomDLte 1n l , ~ ~ 30 . as i ar Ali H-7 So Dienoaal o! Contaadaated 8oii,_ / L"')_. / 7~ $ ' 16Q`~. CY o lass in aae ar CY ~ g_g 1 vaaatiaiDatsd IIlrility Le A13awaace AllDaanae). .. ,,,, s~_ooo.oo 1 Ga lA +a ~ ~+: +. ------ g.g 56 ~ e~+ais a^ 8!d-C•8awmeat aad ia" 1leacibla Saes, aoaDlate is `0O, (~~~~ . ~- lwc = ~ ta and 0latnar, G£` ('~Q~ - a•i0 -^ 10Q a lsbe is laaa et Ly - 0 J_ S 0 L! • 1 M•w. ..- Page 25~Of 32 ADDSlIDUM N0.2 Attachment No. 7 Page y5 oY 32 /04/2009 11:51 FAX ~ vc~/vex 080 AND ViAITSCAP ~iiiTF SA$IN SANITARY SSfOSR gggABILITATION . (HY 2008 - 2008) BABN 8ID ToPO Dart C - 1-R8A H IP 4 = II III SIa R'M ~ nBeCSIPTIODi @lIT PRxCa SID rrms al(Ta1iBION s~ ~ e~xT H=11 I l I Tra!!ic Cm-trei ooaapiaba is s 3~0°~ 00 TOTAL a.sa 8ID TWO PAtiIl' C Anal. g $ 9 ~ 3 '. "' (Did Itemo H-1 thru K-11) 8~~ ~~' TOTAL HASlZ HID TliO - AaBA P. 0 & 1~ S ~ - (eid Items F-1 thru H-il) AOTB= the above unit P~cee rcaat iiAelude all labor, esdrials, bailia8, relROVe1, overhoad, PzeEit, iasuras~ce, ate., to coves the finisheQ work o! tae several kinds called for and Che Owner zeeervea £~romrith~etfiml quantdties ~ ~t the quantity o! anY bid itaa. 1'he ehoVe quanelcise ere approxlmete sn6 maY ~Y order ~eterial based oa Ehese aDDm%imate quantities. sEVYBSb Proposal l•orfi Page a6 of 32 Aaasrmand l~o.a Attachmexlt No. 7 Page Z6 OY 33 /04/2009 11:51 FAK ~ v~V~VVV 030 AND NSTTECAP WW'1'P BASIN SANITARY SEVER ggRAgI7,ITATION (FY 2008 - 2009) SID $LiD~Q11RY Bidder may bid on any individual and/or combined Hase Hid. I! there i8 to be no bid on any part, write "NO Hid"• Bfsthere isaaediscrepancyllthentotalmbidssonltheapreeeding pageseahalltgovesnoovergthoses. listed below: ToTan s~-sE sxa ors _ $ ~, lo',L S 4 ~ y. Areas A, B, C, D, & E TOTAL. HASH STD TiIO - $ ~0~ ~~. ~ Areas F, 6 i R TOTAL SASE HID TBREE 8 0~ ~~ 0 2'~' os Areas A - R RSVI6lD Prpppae7. FOICm Page 27 of 32 ADDENDUM N0.2 Attachment No. 7 Page 27 of 32 3/04/2009 11:51 FAX 1(IJ VLJI VJJ The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but ate mere estimates for the guidance of the Contractor. Upon notification of award of Contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5+k of the highest amount bid, is to become the property o£ the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority/minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Nwaber ofl signed Sots of Documents: The contract and all bonds will be .prepared in not less than four counterpart (original signed3 sets. Time oP Co~spletion: To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the contractor will be required to follow tight scheduling for construction and will be required to meet dead lines for completion o£ each phase shown below. The project has been divided into phases. If awarded Base Bid One or Base Bid Two, the contractor is required to complete each phase before pzoceeding to any other phase. if awarded Base Bid Three, the contractor will be allowed to start or work concurrently in no more than two phases at any one time. Time duration for construction is allocated for each phase and if the work in that phase is not complete as shown below, liquidated damages will be assessed for each day the work is delayed. A penalty in the amount of $200 00 per caieadar day will be assessed against the contractor as liquidated damages. Completion shall be based on satisfactory work, completed, in accordance with the plan, specifications, and contract documents and accepted by the City. start of 8roiect ie initiated by the Notice to Proceed. Base Sid ono: The working time for completion of Base Bid One will be 480 Caleadar Days. Each phase of the Project shall be completed within the number of calendar days allocated as described in the following; phase I - Area A + Area 8 + Area ~ 300 slander Days Phase II - Area L + Araa E RnVIBEri 8roposal E'orm Page 28 of 32 ADDENDUM N0.2 Attachment No. 7 Page 28 oP 32 d/U4 /'LVVB 11:6'L hAH 8asa Sid Txo: The working time for completion of Each phase of the Project shall be days allocated as described in th Phaaa T -- Area G Phaae II - Arsa ~' Phase III - Area H IQJ U:iU/ V:i :3 Hass Hid one will be 340 Calendar Daya. completed within the number of calendar e followings 170 Calendar Days 140 Calendar Days 30 Calendar Days Hase Ha.d Three: The working time for completion of Base Hid one will be 820 Calendar Daya. Each phase of the Project shall be completed within thi days allocated as described in the following; Phase I - Area A + Area H + Area C 180 PhaB. xx -Area a 170 Phase III - Area D + Area H 300 Phase IV - Area F 140 Phase V -- Area 8 90 number of calendar Calendar Days Calendar Daya Calendar Daya Calendar pays Calendar Days Days Allocation £or Raia The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each phase of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 9 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 630 Calendar Days (Base Bid One), 340 Calendar Daya (Base Sid Two) or 970 Calendar Days (Base Bid Three), as detailed elsewhere in the contract documents. Damages for exceeding the total time allotted shall. be independent of damages assessed for each item, as described above. After Contract Award and pre-construction meeting is held, the Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day that any work remains incomplete after the time specified in the Contract for completion of the work SOR 8~AC8 PHASE or after such time period as extended pursuant to other provisions of this Contract, $200 per Calendar nay 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 AEVI9L'D P7COpoaal 8orm ADDENDUM N0.2 page 29 of 32 Attachment No, 7 Page 29 of 32 3/04/2009 11:52 FAX IQJ VJ 1/ VJJ precise proof. The Director of Engineering Services (City Engineer) may withhold and d®duct from monies otherwise due the Coatroas~mr~~ amount of liquidated damages due the City from the y)onthip p y The undersigned further declares that he w111 provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of ~ e following addenda is acknowledged- (addenda number): Respectfully submitted: Name: }'/f ~'!' C• By: ~ ~ ~ IC~NA I (ggpl, - If Bidder is a Corporation) .~ S~~~E _ Address: L~ ZG L(/G~ S~ (p.O. Box) (Street) C Y,P s e ~~ ~-~ z 9 (City) (stat-e/) q (Zi-P) Telephone: ZS~ ' ~`~~ ~/~ NOTE; Do not detach bid from other papeze. Eill in with ink and submit complete with attached 4apers. (Revised August IU~U) g8VI8tD Proposal Form page 30 of 32 ADDENDOM N0.2 Attaohment No. ~ Page 30 of 32 The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receip~ of the following addenda is acknowledged (addenda number) : --r 2F 3 (SEAL - If Bidder is a Corporat~ Respect//fully suNblmitted: Name : f NF ~ / ~l /T f~~~L /f~l L . h By: (SIGN ' ) Address: I3L.ZL ~(/G/E: (P.O. Box) (Street) GYP~s -~,~ ~~s~zs (City) (State) (Zip) NOTB: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers, Telephone: 28 Proposal Form Page 27 of 29 30~- ~/UO (Revised Avguat 2000) 3!04/2009 11:52 FAX ~~~, ~~~ 'i;,R~,i" CITY OF CORPUS CNRISTi s7r` ~ DISCLOSURE OF INTEREST'S City of Corpus Christi Ordinance'171 t 2, as amended, requires all persona orflrmsseeking to do~wslene ~~ ^~t? provide the foilowi[ng information. Every quesflon must be answered. If the question is not app FIRM NAME: I7 UF~ ~ ~Vd ~T ~ ~` ~^/L ' srREET: / 3 6 z 6 KL IJ G L CITY: C yiuA~ 5 T~C ZIP: 7 `7 ~ Z ~! FIRM Is: 1. or on 2. Partnership 3. Sde Owner 4. Aseodation 5. er DISCLOSURE QUESTIONS If additional space is necessary, pl~se use the reverse side of this page or attach separate sheet. 1. State the names ct oath "employee" of the Clty of Corpus Christ! havfng an °ownership Interest" conatltuting 3% or more of tiro ownerehlp In tho above named "flrrrr". Name Job TNIe and City Department (if known) ~ /~ 2. State the names of each "officiaP of the CNy of Corpus Chrlstl having an "ownership interest" constituting 9% or more of the ownership in the above named "flan". Name , ~ / Job 71tie and Clty Department (if known) I-r~~- ~. State the names of each "board member" of the City of Corpus Christ! having an "ownership Interest' eonstituting 3% or more of the ownel'shlp In the abovs named "flan". Name Job Title and Clty Deportment (if krlown) /~ 4. State the narrros of each employee or oNk:er of a "oonsultent' forthe CRy of Corpus Christ! who worked on arty maetsr related to the subJaet ofthta contract and has an "ownerehip interest" consgttrtine 3°k or more of the ownerehip in the above named "firm". Name /I Job Title and Clty Department (if known) ~J~' CERTIFICATE I certify that all Information provided Is true and Correct as of the date of this statement, that 1 have not krmwin~ly withheld disclosure of any Information requested; and thatsupplementsl atatemantswill be pnxnptiysulxnltDsd to the Crty of Corpus Christi, Texas es nges ~ Gertifyfng Pereon: a ~~ rO6~/ Title: or nt Signature of Certifying Person: L' Date: gEVIBED Propeawl 1rOrm ADDENDUM N0.2 Page 31 of 32 Attachment No. 7 Page 31 of 32 3/04/2009 11:52 FAH DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the Clty of Oorpus ChMlsti, Texas. b. Employee .Any person empbyed by the Clty of Corpus Christi, Texas, either on a full or part time basis, but not as an Independent contractor. c "Firm'. Any erktty operated for eoonomio gain, whether professional, Industrial or wmmerclal and whether established to ce or deal with a product or service, including b ora~tiotnmitar~to~a ontkltlas~poPesra~ted~intt ve~re sole proariatoreh~ es selRempbved person, partnerehip, core j receiversYhr~ip or frusf and entities which, foyyr purposes of ta~tion, are trpeualyted as non-gprofd orgenlzatlons. d. "DCetpartment aeiWM Division Heads end MuniGDai CouR Judgesaof the Oity of Corpus Chrisd~T texas. City Managers, e. ,t~h 6~reterest Isehreeld through en eguet~rt, taus e6~tabkatdin9 a dty~ ConB~Wct~WealX hel~d'~ rreferat~o fic~ing or control established through voting trusts. proxies or special terms of venture or partnership agreements. f. pu nrpo et~ot prof~essional~~nsultatio^ a^d r~ec®ronmmendatlon ~hitecta, hired by the City of Corpus Christi for the ADDENDUM ND,2 R8VxS8D 8ropoeal FOZm Attachment NO. 7 Page 32 of 32 Page 32 of 32 0ond~- 6301466 P E R F O R M A N C E B O N D STATE OF TEXAS $ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT Huff 6 Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal", and 0afeco Insurance Company of America a corporation organized under the laws of the State of Lleshington , 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 TWO MILLION, FOUR HUNDRED FIFTY-FOUR THOUSAND, TWENTY-SIX AND NO/100($2,454,026.00) 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 14TH of APRIL 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: OSO AND WHITECAP WWTP BASIN SANITARY 3EWER REHABILITATION (FY 2008-2009) PROJECT NO. 7400 (TOTAL SASE SID THREE: $2,454,026.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Sond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WNEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the ~~ day of gpril r 20 D9 Huff & mi tchell, Inc. ay: ~~ l~~ Safeco Insurance Company of Pmerica ~d ~Yr~s.}.(a.n'~ tle) ATTEST SURETY The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: ~~~' Coatact Person: Address: Phone Number: Keetch ~ Rsaociatss K K +rh Poet Office Box 3 BD Corpus Christi, Texas 78463-3280 (361) 888-3803 (NOTE: Date of Performance Bond must not be prior to date of contra ct)(Revised 3/08) Performance Bond Page 2 of 2 Attorney-in-fact Dennis m Deccan Jr - ~~y ~~ (Print Name) Bond//- 6301466 P A Y M E N T B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENT3: THAT Huff & Mitchell, Inc. of HARRIS County, Texas, hereinafter called "Principal", and safaco Insurance Company of Rmerica 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", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of TWO MILLION FOUR HUNDRED FIFTY-FOUR THOUSAND, TWENTY-SIX AND NO/100($2,454,026.00) 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 14TH day APRIL 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: OSO AND WHITECAP WWTP BASIN SANITARY SEWER REHABILITATION (F7C 2008-2009) PROJECT NO. 7400 (TOTAL BASE BID THREE: $2,454,026.00) 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", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided 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 21st day of Rpril 20 oe PRINCIPAL Huff & KlitcheNNl l,(\I'nca. BY~ ~Iw t~K~-- Jax~-HQrr',-Peeatdent' ~ ,~ ~.~' ~~' ~ ~ V ~ c e ~ ~S; ~~' (Print Name & Title) ATTEST SURETY 5afeco Insurance Company of Rmerice 7600 W. Tidwell,'S-uite 708, Hcust , Texas 77040 ~~° Attorney-in-fact Dennis N. Descant, Jr. ,r. (Print Name) __ The Resident Agent of the Surety is Nueces County, Texas, for delivery of aotice and service of process is: Agency: Keetch & Rssocietes COIItBCt Pe2'SOII: Kevin Keetch Addre88: Post Office Box 3280 Corpus Christi, Texae 78463-3280 PhOAe Number: (361) 888-3803 ,~, u }. (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 Bond//- 63816fifi L11)LI'11' POWER I'VIUtl1d ~~ OF ATTORNEY No. KNOW ALL BY THESE PRESENTS: day of That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ****LANETTE E. BAUER; JEFFREY L. BRADY; TIMOTHY J. BRADY; EDWIN W. CHAPMAN; DENNIS M. DESCANT, JR.; KELLY GERLAND; SHARON L. NAIL; Houston, Texas************************************************************ its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf Fldelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and 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 21st March 2009 day of Dexter R. Legq, Secretary _ Timothy A. Mlkolajewskl Vlce President 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 offcer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropdate 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 making 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 affxed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extmbt 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 Secretary or an assistant secretary of the Company setting out, (~) The provisions of Adicle V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney 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, Dexter R. Legg ,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby carti(y that the foregoing extracts of the By-Laws and o! a Resolution o(the Boardof Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of Bald corporation this 21 at Rpril 2009 CORPORATE SEA1 Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seaale, WA 98154 12800 ~?.ac~T ~,,~~ Dexter R. Legg, Secretary S-09741OS 3109 WEB POF SAF~CQ' State of Texas.Surety Bond Claim Notice In accordance with Section 2253.o21(f} of the Texas~Govemment Code and Section 53.202(13) of the Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: sAFeco surety Adams Building 4634154tt- PL NE Redmond, WA 88052 Mailing Address: SAFECO Surety PO Box 34764 Seattle, WA 88124 Phone: (425}.376.6535 Fax: (425} 37t3~533 ~j / ACORD CERTIFICATE OF LIABILITY INSURANCE °11`"0°9 Y' ,~ s PRODUCER phone: 713-658-1500 Fax: 713-658-7967 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brady, Chapman, Holland & Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10055 West Gulf Bank ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston TX 77040 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A:AmerlBUre Mutual In Co 23396 Huff & Mitchell, Inc. ~ INSURERB:Amerisure Insur n e Com an 9488 16410 Huffineiater INSURERC: Suite 250 29 INSURER D: Cypress TX 774 INSURER E: COVERAGES THH POLICIES OF INSURANCE LISTHD BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY HE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED HY THH POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OP SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 618R POLICY NUMBER POLICYEFFECTRIE POLN:YEXPIMliON LIMIT8 GENERAL LUIBILITV CPP201189704 7/29/2008 7/29/2009 CE ~`CHOCGD E1 000 000 A COMMERCWL GENERAL LIABILITY REN PREMISES Fe occurence E300 ~ }( CLAIMS MADE ~ OCCUR MED EXP (Anyone Person) E 10 000 d ` PERSONALEAOV INJURY 1 0 0 000 X x,000 PD T7P , GENERALAGGREGATE E 2 000 000 GENT AGGREGATE LIMITAPPLIES PER: PRODUCTS-COMP/OPAGG E2 000 000 POLICY PRO LOC $ AUT OMOBILELIABILRY CA201189605 7/29/2008 7/29/2009 COMBINEDSINGLE LIMIT E 1 000 000 ANV AUTO (Ee ecdeenq , , }( pLL OWNEDAUTOS BODILY INJURY E BCHEDULEDAUTOS (Per person) }( HIRED AUTOS BODILY INJURY S NONAWNEDAUTOS (Peraccitlenq }( PROPERTY DAMAGE E (Per ectltleni) GARAGE LIABILITY AUTOONLY-EAACCIDENT E ANV AUTO OTHERTHAN EAACC S AUTOONLY: pGG S XCESSNNBRELLA LUIBILITY CU201189904 7/29/2006 7/29/2009 EACH OCCURRENCE E 5 000 000 $ E OCCUR ~ CLAIMS MADE AGGREGATE E S OO 000 }[ E DEDUCTIBLE S RETENTION E E ER6 COMPENSATION ANO WC201189804 7/29/2008 7/29/2009 }( WC STATT- OTH- $ VIORK EMPLOYERB'LUIBILITY E.L. EACH ACCIDENT S 1 000 00 ANY PROPRIEfORIPARTNER/EXECUTIVE OFFICER/MEMSERE%CLUDEO'! E.L. DISEASE-EA EMPLOYEE S1 000 000 If ae, aeaaiba antler E.L. DISEASE-POLICY LIMIT S SPECIAL PROVISIONS bebw A DTH~ IM201327404 7/29/2008 7/29/2009 $300,000 Max Per Item Equipment $500,000 Max Per Occ Leased/Rented $1,000 Ded $5,000 Ded Theft DESCRIPTION OF OPERA710N81 LOCA710N61 VEHN:lE6/EXCLUSIONS ADDED BY ENOORBEMENi l SPECIAL PROVISIONS natallation Floater - Amerisure Mutual IM 201327401 - 7/29/08 to 7/29/09 - $300,000 Any One Location Subject to $1,000 eductible he following is only to the extent of liabilities assumed under written contract, subject to the t4,xma, conditions and xcluaions of the policy. V ertif icate holder and others when required by written contract are additional insureds on the general liability and utomobile with a waiver of subrogation on the general liability, automobile and workers compensation, when required by ontinued... City of Corpus Christi; Department of Engineering Services Attn: Contract Administrator / P.O. Box 9277 Corpus Christi TX 78469-9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE THE EXPIRATION DATE THERHOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, HUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR RHPRESENTATIVES. 25 IMPORTANT If the certificate holder is an ADDITIONAL 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 insurer(s), 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. contract. This insurance is primary and non-contribute 87400 Oso & Whitecap WWTP Basin Sanitary Sewer Rehabil respects general liability. n (FY2008-2009) ` / tl Huff & Mitchell, Inc. V Policy Number: CPP201189704 Effective Date: 07/29/2008 THIS ENAORS~MENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS Cf~NT12ACT~R'S BLANKET ADDITiQNAL iNSUi2ED ENDQRSEMENT This endorsement modifies insurance provided under the tolbwing: / COMMERCIAL GffN13ttAL LIABILITY COVERAGE FORM Alt of the Corms, provisions, exGusions, and Ilrnitations ar Iho coverage form apply except as specifirally staled below. SECTION II -WHO IS AN INSURER is amondad to include as an Insured any person or organization, called an additonai insured in (iris endorsement: 7. Whom you are required to add as an additional Insured an this polcy under a written contract or agreement relatlnB to your business; or 2. 7ha written conlrao! oragteemenl mus! require additional insured status for a time period during the term of this policy and be executed prior to the "bodily in)ury", "propotty damage`, "personal inJury", or •advattising IoJury' giving rise to a claim under this pa6cy. It, however, "yourwork"was commenced under a !sitar of infant or work ordor, auhJecl to a subsequent radudion to .vriting within 30 days from such commencementand with customers whose customary contracts require u,oy 6e named as additkrnat tnsurede, we will provide additonaf insured status as spedfied to this endorsement. 3. If the additional insured is: (a) An individual, their spouse Is also an additional insured. (b) A parinarstrip or Joint venture, members, partners, and thalrspouses are also additional insureds. (c) A limited tiab111ty company, members and managers are also addit[onal Insureds. (d) An organization other Ulan a patinetship, Janl venture or limited IiabiUty company, exacuUve officers and directors of the organization are also additionai Insureds. Stockholders aro also additional insureds, but onlywiih respect to lheirllatillity assto~kholders. (e) A last, you are an insured. Your trustees are also Insureds, but only with respect to their duties es trustees. The msuranca provided to the additional insured is limited as follows: Tha[ person or organization is only an additional insured with rasped to !lability arising out oL• (a) Premises you own, rent, lease, oroccupy, ar (b) Your ongoing oparatlons performed tot that addiiional insured, unless the written contract or agreement requires'yaur work' coverage {or wording to the same effeclJ in whkh case the coverage provided shall extend to `yourwork' forlhel additional insured. Premises, as respects this provlslan, shall Inciude common or public areas about such premises it sv required In the vrrrlten rnnlract or agreement Ongoing oparatlons, as respects Ihls provision, does not apply to "bodily injury" or'propany damage" occurring alter. (1) All work including maledals, parts or equipment fumisfred In connection with such wank on the pm)ect (other then service, malntonance or repairs) to ba performed by or an behalf of the addittonai insureds) at the site of the covered operaltans has been completed; ar Includes copyrighted material of Insurance Services Office, Ino., with its permission. Copyright Insuranco Services Otfice. Inc., 2002 CG 70 a5 03 04 pogo 1 of 2 (2j That portion of 'yowwotk` out of which the injury ordarnaga arises tuts'been put to its Intended use by any person or organtzallon olharthan another contrecioror subconVactor engaged In performing operations fora pdndpat as a part of the same project 2. The IimNs of insurance appUcabla to the additional insured are the least of those spadtfed In the written wntract ar agreement or in the Deciata0ons for this policy. If you also carry an Umbrella policy. and the written contract or agreement requires that the additlona} insured stelae also apply io such Umbrella poliry,lho timlts of insurance appVcabla to the additional insured underthis policy shall be those spedtiad in the DedaraUons of Ihis policy. The Umits o/Insurance appUceble to the addfUonaF Insured era inclusive of and not In addition to the limits of Insurance shown in the DadareUons. 3. 'the addidonal insured status provided by Uds endorsement does not extend beyond the expiration or lertnfnatian of a premises lease orrenlal agreement norbeyand the term of Ihis policy. 4. Any parson or organlzalion who is an Insured under the terms of this endorsement and who is also an Insured under the terms of iha GENERAL LIAi3iL1TY EXTENSION ENDORSEMENT, if attached to thts potloy, shall have the penefit of the terms of Ihis endorsement If the terms of Mils endorsement are broader, 5, If a written contract oragreement as outlined above requires That additional insured status be provided bylhe use of CG 201011 85, then lha terms of that endorsement,which are shown below, aro Inwrporoted )n1o this endarsomenl as respects such additional insured, to the extent that such terms do not restrict coverage othenvlse provided by this endarsemenl: ADDITiDNAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FOAM 9j This endorsement modifies Insurance provided under Iha followings GOMMERCIAt GENERAL LtA6iLITY COVERAGE PART, SCHEDULE Name of Person or Organlzalion: Blanket Where Required by Written Caniraot or Agroement that the terms of CG 2010 ii 85 apply. (If no entry appears shove, InfortnaUon required to complete this endorsement will be shown In the Declarations as applicable to this endorsement) WHO lS AN INSUtiED (Section itj Is amended to indude as an insured the parson or organization shown In the Schedule, but only with respect l0 8abiltly arising out of 'your work" for that Insured by or for you. Copydght, Insurance Services O(tice, Inc„ 1984 CG 201011 85 The insurance provided to the addlUonat insured does not apply to °bndlfy injury", "ptopedy damage",'personal injury; or "adirorUsing InJury'arising out of an atahiiecl's, engineer's, or surveyor's rendering of or failure 10 render any professional services including but not limited lo: 1. The preparing, approving, or failing to prnpare er approve maps, drawings, opinions, reports, surveys, change orders, drslgn spedficatlons; and 2. Supervisory. Inspection, or engineering servtcos. any coverage provided in Ihis endorsement Is excess aver any ether valid and collectEbie Insurance avalinbb to the additional tnsurad whether primary, excess, con0ngent, or on any other basis unless the written contract or agreement requires Ihat this Insurance be primary, in which wee this insurance will b8 prlmarywllhout conlribulion from such other insurance available to the adrrllenal inswed. Includes copyirghted malarial at Insurance Services Office, Inc., with its permission, Copydght rnsurance Services Office, Inc. 2D02 C670ti5030A Page 2 of 2 ,~ ~~ V ADD1TlONAL INSURED This endorsement moditios Insurance provided under the fdiowtng: / HUSiNtESS AUYO COVERAGE FORA! ~/ GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM 7E 99 Oft3 This endorsement changes the poiicy etfedtve on the inception date of The polky unless anotlter date Is Nrdicated below: Endorsomont Effective Policy Number 07/29/2008 CA20 9605 Named Insurod ll Mi h tt Counts (~ ~,.^ / A ' Hu tc , Inc. & e S / (Authorized Representative) The provisbns and exclusions that apply to LfA81LITY GOVERAGE also apply to this endorsement. (Enter Namo end Address of Addlttonei Insured.) BLANKET ANY PERSON OR OAGANIZATiON WITH WHOM THE NAMED INSUAED HAS ENTEAt?O INTO A WRITTEN CDN1'RACT WHICH REQUIRES YOU NAME THAT PERSON OR ORGANI7ATlgN AS AN INSUREO ON YOUR POLICY. / CERTIFICATESTOBEFIL.EDWTfH7HEGOMPANY. is en Insured, but Doty wtlh respect to legal respansibiliiy for acts or omissions of a person far whom Ltabllity Coverage is afforded under this polcy. The addltlonal insured is not required to pay (or any premiums stated in lire policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shaft be paid (o you. You are authorized io act for iha addlllonai insured in all mariers pertaining to this insurance. We Witt rnai! the additional tnsurod notice of eny eanceltalion of this policy. If the canceltatfon is by us, we wilt give ten days notice to the addRionai insured. The addltlonai insured will rataln any fight of recovery as a claimant under this policy. FORM'fE 99 Oi6 - ADDiTIDNAL. INSURED Texan Standard Automobile Endorsemont Arescr)bed Hlarch 76,1992 \ // Huff & Mitchell, Inc. v Policy Number: CPP201189704 Effective Date: 07!29/2008 COMMERCIAL GENEEtAL LIAIILITY CG 02 OS D1 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE HEAD t7 CAREFULLY, J TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS Olt COVERAGE CHANGE This endorsement modifies lnserance provided under the (oltowinp: / COMMERCIAL GENERAL LIABILITY COVERAGE PART V LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABW'IY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancaQaGan or material chonge fhatreduces or restricts iho insurarit:e agorded by this Coverdga Part, we agree to mail pdor written noltco oI cancellation or matodal change to: SCHEDULE 1, Namo: BLANKET ANY PEflSON OA ORGANI7ATlON WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH AEQUTAES THAT PERSON OA OAGANIZATION BE GIVEN NOTICE OF CANCELLATION. CERTIFICATES 70 HE FILED W ITH THE COMPANY Z. Addross: 3. Number of days advance notice; '30 V (If no cnlry oppeers above. (n(onnagon required Ia complete This endorsement will he shown fn the Deciaragons as applicable to this endor5eman15.) EXCEPT IN THE EVENT OF CANCELLATION FOR NONPAYMENT OF PREMIUM WHERE'10 DAYS NdTICE SHALL HE GIVEN. v ~ 4~ ~d ~~ CG 02 DS Ol 96 CoAYii9hh Insurpnce Sarvicos OIlice. InC„ 199A , Fage r of t p / 7E 02 07A `~ GANCELLATiON PROVISION OR COVEi~AGE CHANGE ENpORS1+MENT Ttsis endorsement nwdiCres instxance provided unda~ the loUowing: J BUSINESS ItUTO COVERAGE FORM GARAGE COVERAGE60RM TRUCKERS COVERAt3E FORlA Thls endorsomont changes the policy eitective on the inception data al the policy unloss another dale is lndigted below: Endorsement ERoctive 07!29!2008 Pnllcy Number CA201789605 V Named Insured HuH & Mllchell, tnc. Counte ~~ ' (Authorized Reprasontathrej '30 days betora this policy IS canceued ar materially chanpod (o reduce or restrict covorape we will mall notice of the cancalWiion J or cltanpe to: (Enter Name and Address) BLANKET ANY PEASON OR ORGANIZATION WITH WHAM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHCIH REQUIRES 1 HA'T PERSON OR ORGANIZATION BE GIVEN NOTICE OF CANGELLATION. CERT1FtCATES TO EE FILED WJ'I'H THE CDMPANY. 'EXCEPT IN THE EVENT OF CANCELLATION FOR NONPAYMENT OF PREMIUM WHERE 10 DAYS NO11CE SHALL BE GIVEN. FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE Cf1ANGE l;NDORSEM>»N7 7sxas Standard Automobile Endorsement Prescrr6od Mareh 16, i992 wunntns 4UMPENSATION AND- EMPLOYERS .LIABILRY INSURANCE POLICY' TEXAS NOTICE OF MATERIAL CHANt~E ENDORSEMENT WC 42 O6 Ot (Ed. 7-84 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to tho person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Number of days advance notice: 30 'EXCEPT IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. 2. Notice will be malted to: BLANKET-ANY PERSON OR ORGANIZATION WHICH REQUIRES tiY CONTRACT TO BE GIVEN NOTICE OF CANCELLATION. U This endorsement changes the pdicy to which it Is attached and is effective on the date Issuod unless otherwise stated. (The information below is required only when this endorsement !s issued SubBequant to preperetiort of the policy.) Endorsement Effective 7/29/2008/ Polley No. WC201189804 J Insu+ed Endorsement No. Hutt a Mitchell, inc. J Premium S J i ( Insurance Company Countersigned by clt~ Amerisure Insurance Company WC 42D6M