Loading...
HomeMy WebLinkAboutC2009-241 - 5/19/2009 - Approved~: ,. . i~ -. ~' i. r~ i. ~~ ~~ i. r~ ~, ~~ ~~ f' t. ~~ i~ 1~ w 1 L~ I° i~ /~ ZUU9-Z41 (/ M2009-131 05/19/09 S P E C I A L P R O V I S I SLC Construction S P E C I F T 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 A N b- B O N D S F O R NORTH PORT AVENUE FROM I.H. 37 TO U.S. -181 CSJ #0916-35-155 PREPARED BY: Maverick Engineering, Inc. 400 Mann Street, Suite 200 Corpus Christi, Texas 7640). Phone: 361/696-3500 Fax: 361/696-3750 FOR: DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS j Phone: 361/880-3500 Fax: 361/880-3501 .PROJECT NO: 6264 DRAWING NO: -~ (Revised 7/5/00) NORTH PORT AVENUE FROM I.H. 37 TO U.S. 181 CSJ# 0916-35-155 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS-A (Revised May 2006) Insurance Requirements NOTICE TO CONTRACTORS-B (Revised August 2008) Worker's Compensation Insurance Requirements PART A - SPECIAL PROVISIONS (CITY) A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-9 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Project Layout and Control A-20 Testing and Certification A-21 Project Signs A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) ~ ~ .~ ~ it inns (NOT USED) A-29 Surety Bonds ~~ ~ - c~^^`^~'^^ (NO LONGER APPLICABLE) (6/11/98) A-26 Supplemental Insurance Requirements r ~~ 't-.: i ; *.• f^.- n~ '" (NOT USED) A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended "Policy on Extra Work and Change Orders" A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents ~~_ ;~<*; ~ ^~^ (NOT USED) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" TABLE OF CONTENTS PAGE 1 OF 5 A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities ~o 'c• ' (NOT USED) A-90 Amendment to Section B-8-6: "Partial Estimates" A-41 Ozone Advisory ~' A-42 OSHA Rules & Regulations A-93 Amended "Indemnification and Hold Harmless" (9/9.8) A-94 Change Orders (9/26/99) A-95 As-Built Dimensions and Drawings (7/5/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) A-97 Pre-Construction Exploratory Excavations (7/5/00) A-98 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Dewatering and Disposal of Ground Water A-51 Storm Water Pollution Prevention Plan A-52 Video Documentation A-53 Electronic Proposal Form Attachment I - Project Sign Attachment II - Sample Computer Print-Out PART B - GENERAL PROVISIONS (CITY) PART C - FEDERALLY REQUIRED LANGUAGE PART D - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS (CITY) 020 SITE ASSESSMENTS & CONTROLS 020100 Survey Monuments S49 021 SITE PREPARATION 021080 Removing Old Structures S55 022 EARTHWORK 022022 Trench Safety for Excavations 022100 Select Material S15 022420 Silt Fence 597 025 ROADWAY 025220 Flexible Base-Caliche 529 PART SP - SPECIAL PROVISIONS (TxDOT) SP000-002 Partnering SP000-003 Notice to All Bidders SP000-004 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) SP000-006 Standard Federal Equal Opportunity Construction Contract Specifications (Executive Order 11246) SP000-009 Certification of Nondiscrimination in Employment SP000-461 Disadvantaged Business Enterprise in Federal-Aid Construction SP000-1001 On-the-Job Training Program SP000-9000 Important Notice to Contractors SP000-9001 Important Notice to Contractors SP001-005 Definition of Terms TABLE OF CONTENTS PAGE 2 OF 5 SP002-013 Instructions to Bidders SP003-026 Award and Execution of Contract SP004-012 Scope of Work SP005-004 Control of the Work SP006-030 Control of Materials SP007-001 Legal Relations and Responsibilities SP007-213 Legal Relations and Responsibilities SP007-495 Legal Relations and Responsibilities SP008-084 Prosecution and Progress SP009-009 Measurement and Payment SP009-015 Measurement and Payment SP100-002 Preparing Right of Way SP161-001 Compost SP169-002 Seeding for Erosion Control SP166-001 Fertilizer SP247-029 Flexible Base SP391-020 Dense-Graded Hot-Mix Asphalt (QC/QA) SP360-003 Concrete Pavement SP416-001 Drilled Shaft Foundations SP920-002 Concrete Structures SP421-031 Hydraulic Cement Concrete SP424-001 Precast Concrete Structures (Fabrication) SP440-001 Reinforcing Steel SP491-002 Steel Structures SP442-005 Metal for Structures SP497-002 Structural Bolting SP465-001 Manholes and Inlets SP500-005 Mobilization SP502-033 Barricades, Signs, and Traffic Handling SP506-012 Temporary Erosion, Sedimentation, and Environmental Controls SP531-005 Sidewalks SP610-006 Roadway Illumination Assemblies SP620-001 Electrical Conductors SP636-014 Aluminum Signs SP672-039 Raised Pavement Markers SP6110-018 Reflectorized Pavement Markings with Retroreflective Requirements PART SS - STANDARD SPECIFICATIONS (TxDOT) 100 104 105 110 132 160 161 162 169 166 168 170 192 Preparing Right of Way (104) Removing Concrete Removing Stabilized Base and Asphalt Pavement Excavation (132) Embankment (100) (209) (210) Topsoil Compost (160) Sodding for Erosion Control Seeding for Erosion Control Fertilizer Vegetative Watering (216) (900) (166) (168) (162) (166) (168) Irrigation System (402) (403) Landscape Planting (161) (166) 204 Sprinkling 210 Rolling (100) 297 Flexible Base (105) (204) (210) (216) (520) (585) 275 Cement Treatment (Road-Mixed) (132) (204) (210) (216) (247) (300) (310) (520) TABLE OF CONTENTS PAGE 3 OF 5 300 Asphalts, Oils, and Emulsions 301 Asphalt Antistripping Agents 302 Aggregates for Surface Treatments (300) (330) 310 Prime Coat (300) (316) _. 316 Surface Treatments (210) (300) (320) (520) 320 Equipment for Asphalt Concrete Pavement (520) 341 Dense-Graded Hot-Mix Asphalt (QC/QA) (210) (300) (301) (320) (520) (585) 351 Flexible Pavement Structure Repair (310) (316) (391) 360 Concrete Pavement (300) (420) (421) (438) (940) (529) (585) 400 Excavation and Backfill for Structures (132) (901) (420) (921) 402 Trench Excavation Protection 903 Temporary Special Shoring (423) 416 Drilled Shaft Foundations (920) (921) (440) (498) 420 Concrete Structures (900) (421) (927) (490) (448) 921 Hydraulic Cement Concrete 424 Precast Concrete Structures (Fabrication) (920) (421) (490) 427 Surface Finishes for Concrete (920) 432 Riprap (420) (921) (927) (440) 440 Reinforcing Steel 442 Metal for Structures (941) (945) (448) (949) 445 Galvanizing 949 Anchor Bolts (945) 450 Railing (441) (492) (495) 462 Concrete Box Culverts and Storm Drains (400) (929) (940) (464) 464 Reinforced Concrete Pipe (400) 465 Manholes and Inlets (400) (420) (421) (940) (471) 466 Headwalls and Wingwalls (400) (920) (921) (430) (440) 971 Frames, Grates, Rings, and Covers (445) 473 Laying Culvert and Storm Drain Pipe (400) (964) 476 Jacking, Boring, or Tunneling Pipe or Box (962) 479 Adjusting Manholes and Inlets (400) (421) (465) 500 502 504 506 520 529 530 531 550 585 618 620 624 628 644 656 Mobilization Barricades, Signs, and Traffic Handling Field Office and Laboratory Temporary Erosion, Sedimentation, and Environmental Controls Weighing and Measuring Equipment Concrete Curb, Gutter, and Combined Curb and Gutter (360) (420) (921) (440) Intersections, Driveways, and Turnouts (316) (391) (360) (921) (440) Sidewalks (109) (360) (920) (421) (440) (530) Chain Link Fence (921) (445) Ride Quality for Pavement Surfaces Conduit (900) (445) (976) (622) Electrical Conductors Ground Boxes (421) (990) Electrical Services (941) (495) (449) (992) (618) Small Roadside Sign Supports and Assemblies (421) Foundations for Traffic Control Devices (940) (441) (445) (656) (400) (416: (992) (445; (620) (627) (656) (490) (491) (442) (639) (636) (643) (420) (921) (932) (447) (999) (618) TABLE OF CONTENTS PAGE 9 OF 5 662 Work Zone Pavement Markings (668) (672) (677) (6110) 668 Prefabricated Pavement Markings 672 Raised Pavement Markers (677) (678) 677 Eliminating Existing Pavement Markings and Markers (300) (302) (316) PART T - TECHNICAL-`SPECIFICATIONS (CITY) 022 EARTHWORK 022020 Excavation and Backfill for Utilities and Sewers 022021 Control of Ground Water PART U - SPECIAL SPECIFICATIONS (TxDOT) 1026 Loose Aggregate for Groundcover 9286 Obelisk 5189 Curb Ramp and Landing 5261 Geogrid Base Reinforcement 6005 Uninterruptible Power Supply (6011) (6013) 6086 Preparation of Existing Conduits, Ground Boxes,(618Ma(624)s (465) 6110 Reflectorized Pavement Markings with Retroreflective Requirements (677) (678) (8094) 6834 Portable Changeable Message Sign 9002 Accent Lighting Assembly 9003 Concrete Box Culverts (E-80 Loading) 9004 Concrete Panel Railroad Grade Crossing 9005 Sidewalk Drain 9006 Storm Water Flap Gates 9007 Water and Wastewater Utilities LIST OF DRAWINGS SOIL BORING LOGS CHILD SUPPORT STATEMENT NOTICE AGREEMENT PROPOSAL,/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TABLE OF CONTENTS PAGE 5 OF 5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: NORTH PORT AVENUE from I.H. 37 to U.S. 181 consists of the complete removal of an existing roadway and construction of approximately 7799 LF of new 4- lane urban minor arterial street (4S-ft. back-to-back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; along with 9916 LF of storm water improvements, 6537 LF of ' waterline improvements, 3513 LF of wastewater (sanitary sewer) ~+-~}'~- im rovements, landscaping improvements, lighting mod-{tea€€ie-~-i~aa=~ p and temporary traffic control; together with all appurtenances, in accordance with the plans, specifications and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on 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 10.00 a m Wednesday February 18, 2009 and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5& of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non- responsive proposal which will not be considered. Failure to provide required performance and payment 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 lowest qualified bid. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engr. Services /s/ Armando Chapa City Secretary Revised 7/5/00 ~~ NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PER OCCURRENCE / AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 9. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage g. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS 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-tern 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 1 of 2 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. (1) Certificate of coverage (certificate)--A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a workers' compensation coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) 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 statutory 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 m §406.096 of the Act)--With the exception of persons exchided 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 tamers, 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 after 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 1 for bid specifications and contracts, 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 Gra hic Page 3 of 11 (d) A contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (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 duration 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 after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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 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 informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: 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 11 (D) 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; (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 beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one yeaz thereafter; (G) notify the govenunental 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 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 governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the 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 current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (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 yeaz thereafter; (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration 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 al] 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 rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declazed to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. Page 6 of 1 I (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, §4(j). (i) The coverage requirement in this mile 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 ], 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 Texlteg 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. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page 8 of 11 T28S110.110(c)(7) Article .Workers' Compensation Insurance Coverage. A. Definitions: Certificate of coverage ("certificate')- Acopy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (7'WCC-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 duration 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 ,¢406.096) -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, 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 of portable 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 of Texas 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 a 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 certif cafe 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 (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certiftcate of coverage ends during the duration of the project. Page 9 of 11 F. The contractor shall retain all required certificates of coverage for the duration of the project and for one. year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 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. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on 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 contractor: (a) a certificate of coverage, prior to 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; (S) 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 cert fed mail or personal delivery, within 10 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 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (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 certiftcate of coverage, the contractor is representing to the governmental entity that all employees of the contractor 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 ftled with the appropriate insurance carrier or, in the case of aself-insured, with the commission's Division of Self- Page 10 of 11 Insurance Regulation. Providing false or misleading information may subject the contractor to administrative 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 (CITY) NORTH PORT AVENUE FROM I.H. 37 TO U.S. 181 (#6264) PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bids for the Project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m. Wednesday, February 25, 2009. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78901 ATTN: BID PROPOSAL - NORTH PORT AVENUE FROM I.H. 37 TO U.S. 181 A pre-bid meeting will be held on Wednesday, February 18, 2009, beginning at 10:00 a.m. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX, and will include a discussion of the Project elements. If requested, a site visit will follow. No additional or separate visitations will be conducted by the City. A-2 De£ini tions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project NORTH PORT AVENUE FROM I.H. 37 TO U.S. 181 consists of the complete removal of an existing roadway and construction of approximately 7799 LF of new 4-lane urban minor arterial street (98-ft. back-to-back of curbs) with concrete sidewalks and associated pavement marking and signage improvements; along with 9916 LF of storm water improvements, 6537 LF of waterline improvements, 3513 LF of wastewater (sanitary sewer) improvements, lighting improvements, landscaping and temporary traffic control; together with all appurtenances, in accordance with the plans, specifications and Contract Documents. A-4 Method of Award The bids will be evaluated based on the following order of priority, subject to the availability of funds: 1. Total Base Bid -OR- 2. Total Base Bid plus ~'a~ "'' ••^ Alternate No. 1. Base Bid consists of all elements of the proposed work not specifically designated as an alternate bid item ~'~'' ~' ^'" or work to be performed by others. .^'~',~t=-^~~•^ Alternate No. 1 consists of providing flexible pavement as shown in the plans in lieu of rigid concrete pavement. The City reserves the right to reject any or all bids, to waive irregularities and to accept the lowest qualified bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be Submitted with Proposal The following items are required to be submitted with the proposal: Part A - SP (Revised 12/15/09) Page 1 of 22 1. 5$ Bid Bond (Must reference NORTH PORT AVENUE FROM I.H. 37 TO U.S. 191 as identified in the Proposal.) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement. 3. The information required and identified and A-30 0£ *In order to expedite the A/E's recommendations for award, Bidders are to provide the requested information with their Proposal. A-6 Time of Completion/Liquidated Damages To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to follow tight scheduling for construction and will be required to meet a - ` ^^'^'''^^ ^r ^'^'' ^''"°^ ^r the construction working time as shown below. The project has been divided into six (6) phases. Except as otherwise noted, the Contractor is required to complete each phase before proceeding to any other phase, unless written authorization is given by the City Engineer to deviate from the sequence of construction. The working time for completion of the entire Project will be 560 Working Days. No additional time will be allotted £or any Alternate bid items. For this projeat time charges will be charged as a five-day workweek. Detailed descriptions of the phases are shown in the contract drawings. Start of Phase 1 is delineated by the Notice to Proceed. Start of all subsequent Phases is delineated by the setting up of traffic control devices and first day of traffic diversion. Completion for each phase shall be based on satisfactory work, completed in accordance with the plans, specifications, and other contract documents and accepted by the City. Days Allocation £or 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 Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. No extension of time will be considered until the expected number of rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule. January 3 Days May 4 Days September 7 Days February 3 Days June 4 Days October 4 Days March 2 Days July 3 Days November 3 Days April 3 Days August 4 Days December 3 Days This project is essentially a construction contract for a period of 560 Working Daya r-~^o~..a~^°~j~o, as detailedelsewhere in the contract documents. Damages for exceeding the total time allotted shall be independent of damages assessed for each phase, as described above. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ("City Engineer") to proceed. For each working eat-eada~ day that any work remains incomplete after the time specified in the Contract for completion of the work for each phase and the total contract duration, or after such time period as extended pursuant to other Part A - SP (Revised 12/15/09) Page 2 of 22 provisions of this Contract, $1,100.00 per working ea~enda~ 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 from the monthly pay estimates the amount of liquidated damages due the City. -' A-7 Workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation ,~ insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each working c~leadaa= day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, ' is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time ' to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the ", required documentation of such coverage has been provided to the Contractor and the City Engineer. A-8 Faxed Proposals Proposals faxed directly to the City will be considered non-responsive. Proposals must contain original signatures and guaranty and be submitted in accordance with Section B-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate ' space provided in the proposal. Failure to do so will be interpreted as non- receipt. Since addenda can have significant impact on the proposal, failure to "" acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Construction Type(s): Heavy Highway and Heavy. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dol~.ars ($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. Part A - SP (Revised 12/15/09) Page 3 of 22 Wastewater: e All rim/invert elevations at manholes; o All intersecting lines in manholes; Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: e All top of valve boxes; Valve vault rims; Casing elevations (top ofpipe and flow line) (TXDOT and RR permits). Stormwater~ e All rim/invert elevations at manholes; e All intersecting lines in manholes; s Casing elevations (top of pipe and flow line) (TXDOT and RR permits). A-20 Testing and Certification All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the -event that any test fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. ,. A-21 Project Signs The Contractor must furnish and install two (2) Project signs as indicated in Attachment I. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the - signs will be determined in the field by the City Engineer. A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 2. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a ,. City contract. - b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, ~• labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. c. Minority Business Enterprise: A business enterprise that is owned and -~ controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner Part A - SP (Revised 12/15/09) Page 8 of 22 hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.0°s of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.0$ of the assets or interest in the corporate shares must be owned by one or~more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0$ or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. 3 d. Minority: See definition under Minority Business Enterprise. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0$ of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0$ of whose assets or interests in the corporate shares are owned by one or more women. f. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50.0$ of the contract work itself and in which a minority joint venture partner has a 50.0$ interest, shall be deemed equivalent to having minority participation in 25.0$ of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the joint venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 $ 15 $ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The Part A - SP (Revised 12/15/09) Page 9 of 22 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. To comply with State requirements, the goal £or participation by Disadvantaged Business Enterpr~i ses (DBE) certified through the Texas Unified Certification Program in accordance with 49 CFR Part 26, expressed in percentage terms for the Contractor's aggregate work Force on all construction work for the Contract award is 5$. This 5$ goal could also apply toward the MBE goal. 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 (Revised 7/5/00) (NOT USED) r o r ~ r ,.,v ~.<, r; r A-24 Surety Bonds Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10°s) 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 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 Part A - SP (Revised 12/15/09) Page 10 of 22 as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exemption (NO LONGER APPLICABLE) (6/11/98) ..F T 1 ~ -i 1-o n4. -.l t . f 1 h ., t .. 1~.....r1~r.. 1 1 .. ,- (ll. L. ti `+t A-26 Supplemental Insurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Name: City of Corpus Christi Engineering Services Department Attn: Contracts Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78969-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract Documents. Within thirty (30) calendar days after the date the City Engineer requests that the -Contractor sign the Contract Documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. Part A - SP (Revised 12/15/04) Page 11 of 22 For each insurance coverage provided in accordance with Section B-6-11 of the General Provisions, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 (a) of the General Provisions, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Responsibility for Damage Claims (NOT USED) i,.i ,...., .. o~~.L Tr ~f _ _ ~ ... . __ r__r_il_~_-~. Pl....l ...^ 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. 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. Part A - SP (Revised 12/15/09) Page 12 of 22 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 field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily be limited to, scheduling of manpowerand materials,~safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present,on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to Section B-7-13 of the General Provisions. A 30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-1 "Consideration of Contract", add the following text: fV ~ 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; q. A schedule of anticipated monthly payments for the Project duration; 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible; 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will Part A - SP (Revised 12/15/09) Page 13 of 22 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 of the General Provisions; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; S. Documentation required pursuant to Special Provision A-26 concerning "Considerations for Contract Award and Execution" and Special Provision A-29 concerning "Contractor's Field Administration Staff"; 10. '' ` ~ ` ~ c " `"'~ "'' "' ""`""' ` Submit in letter form, information identifying type of entity and state (i.e. Texas or other state), Corporation or Partnership, and name(s) and Title(s) of individual(s). authorized to execute contracts on behalf of said entity." A-31 Amended "Policy on Extra Work and Change Orders" Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-8-5 "Policy on Extra Work and Change Orders", the present text is deleted and replaced with the following: "Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council." A-32 Amended "Execution of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-3-5 "Execution of Contract", add the following: "The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date-thA City Engineer delivers the signed Contracts to the Contractor." A-33 Conditions of Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Bid Meeting referred to in Special Provision A-1. Part A - s2 (Revised 12/15/09) Page 14 of 22 A-34 Precedence of Contract Documents In case of conflict in the Contract Documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications, and the General Provisions will be given last precedence. In' the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Transportation "Standard Specifications for Construction of Highways, Streets and Bridges", ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT USED) /r ... ~ _ _ ,..__.-,-.,..,.,- c n .,~am ~ s , l +.. ...r i~_ .,,a...- . Y. h A .-hill (`(1 TD !` (l H DDDD-RnTTIIAI Part A - SP (Revised 12/15/04) Page 15 of 22 :.i....F: f:.. ~f: ,F, o4i~~~~. F n-+-[} -e 0k1ESe ~ ~ ~ ~ Fh - ar-~~-eel-~-~-~.m- F. o.V 1. Part A - SP (Revised 12/15/04) Page 16 of 22 A-36 Other Submittals (Revised 9/18/00) 1. Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: a. Quantity: Contractor shall submit number of copies required by the City to the City Engineer or his designated representative. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings.. c. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section, and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specificationSection number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract Documents. e, Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Engineer for approval, and coordinate the submission of related items. f. Marking: Contractor must mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract Documents and any Product or system limitations which may be detrimental to the successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor must revise and resubmit submittals as required by the City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, through Contractor, any inability to comply with provisions. 2. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. 3. Tast and Repair Report: When specified in the Standard or Technical SpecificationsSection, 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. Part A - SP (Revised 12/15/09) Page 17 of 22 A-37 Amended "Arrangement and Charge for Water Furnished by the City" Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-15 "Arrangement and Charge for Water Furnished by the City", add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for The requirements of "Notice to Contractors-B" are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT USED) F F. F Fir F l F~ ~4c n~~ 1 o-w-u A-40 Amendment to Section B-8-6: "Partial Estimates" "General Provisions and Requirements for Municipal Construction Contracts" Section B-8-6 "Partial Estimates" is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. R-91 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and/or jobs. A-43 Amended "Indemnification and Hold Harmless" (9/98) Under "General Provisions and Requirements for Municipal Construction Contracts", Section B-6-21 "Indemnification and Hold Harmless", text is deleted in its entirety and the following is substituted in lieu thereof: "The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the Contract or in connection therewith by the Contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability Part A - SP (Revised 12/15/09) Page 18 of 22 whatsoever from a negligent act or omission of the City, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the Contractor, or any subcontractor, supplier or materialman." A-44 Change Orders (9/26/99) Should a change order(s) be required by the Engineer, the Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, subcontractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawings (7/5/00) 1. The Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 2. Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: a. Horizontal and vertical dimensions due to substitutions/field changes. b. Changes in equipment and dimensions due to substitutions. c, "Nameplate" data on all installed equipment. d. Deletions, additions, and changes to the scope of work. e. Any other changes made. A-46 Disposal of Highly Chlorinated Water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCEQ, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. The methods of disposal shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. The Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. A-47 Pre-Construction Exploratory Excavations (7/5/00) Prior to any construction whatsoever on the Project, the Contractor shall excavate and expose all existing pipelines of the Project that cross within twenty feet (20') of proposed pipelines of the Project, and the Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the Project, the Contractor shall excavate and expose said existing pipelines at a maximum spacing of 300 feet O.C., and the Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 feet O.C. maximum intervals. The Contractor shall then prepare a report and submit it to the City for approval indicating the owner of pipelines excavated and surveyed, as well as the approximate station thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Part A - SP (Revised 12/15/04) Page 19 of 22 The Contractor shall perform no construction work on the Project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer, and Contractor has received Engineer's approval of the report. Exploratory excavations shall not be paid for separately, but shall be considered subsidiary to items that require excavations. Any pavement repairs associated with exploratory excavations shall be paid for according to the established unit price(s) for pavement repair. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) The Contractor shall comply fully 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. The Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of its employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. The Contractor shall coordinate his work with A.E.P. and inform A.E.P. of its construction schedule with regard to said overhead lines. Some overhead lines may be shown in the construction plans, while others are not shown. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown on the plans or not. A-49 Amended "Maintenance Guaranty" (6/29/00) Under "General Provisions and Requirements for Municipal Construction Contracts", Section 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 guaranteenor 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 Dewatering and Disposal of Ground Water As part of the Project requirements, the Contractor shall perform dewatering, depressurization, draining, controlling and disposal of ground water in excavations and trenches in accordance with Technical Specification Section 022021 "Control of Ground Water". A-51 Storm Water Pollution Prevention Plan This Project is required to have a Notice of Intent (NOI) submitted as per Part II.D of the TPDES General Permit No. TXR150000. The Contractor will be required to submit a NOI along with the appropriate fee, and complete a Construction Site Notice for this Project. The Contractor is required to provide copies of the NOI and Construction Site Notice to the City prior to commencement of any construction activities. The Contractor is also required to post a signed copy of the NOI and Construction Site Notice at the construction site in a conspicuous location where it is readily available for viewing by the general public, local, state and federal authorities, prior to commencement of-any construction activities. The Contractor will be required to submit a Notice of Termination(NOT) upon completion of this Project. The Contractor shall adhere to the requirements of the Storm Water Pollution Prevention Plan as per the drawings and specifications contained in the Contract Documents. Part A - SP (Revised 12/15/04) Page 20 of 22 A-52 Video Documentation As part of the Project requirements, the Contractor shall perform televised inspections of all wastewater (sanitary sewer) and storm water gravity lines and manholes installed on this Project. All inspections shall be made in accordance with Special Specification Section 9007 "Water and Wastewater Utilities". A-53 Electronic Proposal Form "General Provisions and Requirements for Municipal Construction Contracts" Section B-2-7 "Preparation of Proposal" is amended as follows: The bidder has the option of submitting a computer-generated print-out, in lieu of the Proposal-Form (Pages 3 through 19, inclusive). The print-out shall list all bid items (including any additive or deductive alternates) contained on the Proposal Form (Pages 3 through 19, inclusive). The print-out shall be substantially in the form shown on Attachment II. If the bidder chooses to submit a print-out, the print-out shall be accompanied by properly completed Proposal Form pages 1, 2, 20, 21 and 22. In addition, the print-out shall contain the following statement and signature, after the last bid item: "(Bidder) herewith certifies that the unit prices shown on this print-out for bid items (including any additive or deductive alternates) contained on the Proposal Form are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. (Bidder) acknowledges and agrees that the Total Bid amount shown will be read as its Total Bid and further agrees that the official Total Bid amount will be determined by multiplying the unit bid price (Column IV) shown on this print-out by the respective estimated quantities shown on the Proposal Form (Column II) and then totaling the extended amounts. (Signature) (Title) (Date) ~~ Part A - SP (Revised 12/15/09) Page 21 of 22 SUBMITTAL TRANSMITTAL FORM PROJECT: North Port Avenue from I.H. 37 to U.S. 181 (#6264) OWNER: City of Corpus Christi ENGINEER: Maverick Engineering, Inc. CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Past A - SP (Revised 12/15/09) Page 22 of 22 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 19th day of ~, 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 n the Contract Documents as "airy," ana sa+c conscruccion, ~~G L--P. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $8,046,328.91 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: NORTH PORT AVENUE FROM I.H.37 TO U.S.181 CSJ #0916-35-155 PROJECT NO. 6264 (TOTAL BASE BID- Parts A,B,C,D,E 6 F: $8,046,328.91) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 IYORTH PORT AVENUE FROM I.H. 37 TO U.S. 781 CSJ~M pp16~B-168 rwR~ w ; aarRBE I'IYPR01~7~ 1EFR$ P ~ M tll 9a)1'D' RtM QTY ~ UNIi PRICE N! (QTY x UNIT PRICE IN ALT. A7 100 76 PREPARING ROW, oompiepe in STA pkloa,per iS(~.Sb ~ ~31,~Ro•56 A2 104 42,80) REMOVING CONC (PAV), opmptela sY per square Yam =~O S I b Z ~ to l02 . go A3 104 285 REMOVING CONC {DRIVEWAYS), SY compb6eper5auareYard ~ ~.10o S 273( .~v A4 105 22,42ia RtMOVING STAB BASE MID ASPH ~, PAV (4"-18~, oomple0e per ~gy@I,g a (G~~3 s 13S 2d(o.$7 A5 275 50,141 CEMENTTREAT (NEW BASE) (e'~, 1 SY compleEetnplaa,per9auareYartl i 7.3~ S 37v.d¢v..5f1 ABa 810 735 PRIME COAT (MC.30), oompWOe In 1 ~- ~~ ~ a . 2 ~ i 313 Fs. `1S Aeb 310 8,791 PRIME COAT (MC30), Cgnpkte in GAL ~P~S~a s ~~.27 i 28,°t57.S7 A7 341 2758 D"'GR FANAC (QCQ/U TYPE D 1 TON SAC-B PQ84,?2, oomplele in Place. perjEp S •~Z ~ 2~~ k23.1 b AB 351 921 FLEXIBLE PAVEMENT 1 ~ ~ RE REPAIR (5', oompl~e a 2 g • 3'L a 35, 252.7 L Ago 880 44,894 CONC PVNIT (JOINT REINF) (99. 1 SY complete In plea, per Yard S '~o .~3 i 1, ~ t x,32 s . 4 "z- A9b 360 87 CONC PVMT (JOINT REWF) (9'). SY oampiele In p1aa, par s Yard s !~ 1,,9~ i NI 7 S. t 3 A70 881 3D/ FULL-DEPTH REPAIR CPJR (9"), &Y complete In plea, Per~uane Yard s I n 8 • ~i ~ i ~ 2 . ~r3 ~. I z. A11 418 344 DRB.L SHAFT (18 INS comptete)n LF P te. perllnss[Fsr:t i 1 3.75 i ~. HSv• ~~ rROrosnl.wRtt wu~aorzx ADASNDUM NO. 1 ATI'ACFIlI~VT NO. 1 ....r rrr avr.. r~•++ a+a...rJVa L~\Mal \LV.1\ll\M 1 MML VJI JV IJI BID LD. ITEM QTY. A UNIT PRICE IN (p1'Y X UNIT PRICE N A~2 42o s cL c c:oNC (FOOTING), oorrrpNte h AI.r. ~ DI#Ce'Pa-~~ ~ 25u.5Y ¢ 2255.22 A13 420 2 CL A CONC (STEPS), oompiete in CY place, per Cabic Yard s 412.35 i ~ b'2~-/. 70 A74 460 134 RNL (t1' PR1), oemplete In Dlace, - ~ Par LMsr Fad ~ 136. Z I i ~ 8', 25Z. f ~{ A16 600 1 MOBIIJTATION, corrplMe per LS J.~S~ i ~fIR,139.~o S 'a/~139•Y~ Ai6 602 ,qg BARRICADES, 810N5 & TRAFFIC MO HANDLING, oampkta in piece, t31~ 70 ~ -~ 07512: • - ~ ~ A17 630 2,389 DRIVEWAYS (GONG), complete h Per ~ ~ o~ato Yard S `yS+ ~3! . t, 7 A18 531 6,013 CONC SIDEWALKS (4'), complete in 6Y piece, psr l~otwa Yard : 2~i. 17 i -- 17(,, 2 7 ! 3 t A19 660 ~' CFWN Lp4K FENCE (47 (INSTALL), , Mr Pie. A20 550 2 GAA tE (INSTALL) (DBL) (BARB TOP) EA (7'X307, OctnPlele h Place. Da' i 1 °f 91.7 S S 3 ~ y ~. 5 ~. AZ1 650 392 CHAIN LINK FENCE (INSTALL) (67 ~ BARB TOP, oompl~a h piece, _ ~ per Z ~cro S 12r5~`~. b~ . A22 560 1 CHAIN UNK GATE pNSTALL) ~ (SINGLE) (T X 49. complete in D~ Perms S 3°~'.3~ s 3`,J.35" A23 662 1 GATE {SPEgAI.), complete h place, A2/ 636 453 ALUMINUM SIGNS (TY A), oomplela SF M place, Par Square Foot S 13. S' v $ (, 2(,,5.2 0 A26 844 86 I NS SM RD SN SUP 6 AM TY SBO ( EA 1) SA ~)~ oolnplete h pgice, ; I~32.5'o S~( 35s p~~ i .~~ A28 834 13 I N8 RD SN SUP & AM TY SBD ( eA ,) sA m. oompiete h Dieoe. , ~r 3.., " ~.~ ~z ~=~ ~ s . vwcs 4 of a2 ADDffidDUM NO. 1 ATTACH~N'f NO.1 VLI LLI LVVJ LJ. 11 VLVJV VL LI IV LI~LI~I\LI\M rNl]C lU/ JU n ~ 61D LD. fiE11A Qn, ak uRrr PwcE N (QTYX uN11' PRK:E W U ALT, A27 644 7 INS 8tA R SN SUP & n EA (2) SA lP), wmPla~a h piaoa, S ~'(ZU•uJ : (p ~'{(J•uJ A28 G82 181 WIC ZN PAV MRK NON~REMOV (TAI) ~ or (BRIO, mmDiels h DIs~' ( 1 s . I ~ 31.45' Alp 862 p~,qx,, YVK ZN PAV MRK NON-REMOV ({11t) ~ ('~ ~D11 oomW~ kl D~ I~ ~ s . a i ~ool.~( ~ A30 86Z 14.4417 WK2N PAV MRK NON~REMOV (Y) ~ (4 f (SLOT, oolnPl~ h Place, s . ~ ~ 2 N S ~ Sf~ . i A31 662 ~8 ~ ~ PAV AIRK RENIOV (TRAP LF ~)roP~ ~ Peel Z. S ~~~ t ~t 7 S~ ~ - , ,. S S A32 862 874 9 1MC~ PAV MRKREIiAOV (TRAP . ~ 87N) TY Y, mrq~kba fi place, S .13 S I7u yZ G : ~ - . ~ A33 BB1 ~ WK PAV MRK BRITON (V11) (4~ ~ (BRl4. oomplMe h P0. : I .I s = ~~. ~~ P,, A34 662 5,674 ~ ~ PAV MRK REMOV (1N) (4") ~ ~ ). compla0s h phcq s , .7F S ~ u s z . ~/ A35 662 12,387 VVIC ~ PAV KIRK RBiAOV (1~ (4y ~ ~ 1, comPleae h Pte, S . 7 `i a ~ 7 ~5. ~ A36 B88 2,876 PREFAB PAV MRK TY C (VV) (12'~ SLD h A37 ~8 2~r PREFAB PAV MRK TY C (VV) (24") (SLD), oomPlaEe h place, 7 ~' A38 666 6 PREFAB PAV MRK TY C (N~ ~ ~ OEM, a place, s 1SS. 25 i '77~. ZS' A3p 886 5 PREFAB PAV MRK n C (Vln (RR EA XINd~ aanPbb h Pte. P~~ i ~C, ' S ~ s_ y3t ~ . su A40 688 5 PREFAB PAV MRK TY C (1N) ( EA VYORD), cetttple6s in plooe, . S I f~.s~ • ~r77 S ; ~ . . A41 672 260 REFL PAV NIRIQi TY I~C, catiPleba' EA P ~1 pares S '~-I 1~ S JG.1, (~o PROVDSAt.FOw~t ADDENDUM IVO.1 PACe a oR z2 ATTACEII~~NT NO.1 I N y VI 91D I.D. ITEM QTY, & UNIT PRICE hi (QTY X UNIT PRICE IN O ALT. Aa2 s72 ax: REFI. PAV MICR 7Y n-,a,~-, ~ wDlaoe,p•rF.fl~ S 3.11. a 95Zy> A43 877 2,32.) ELIM EXT PAV MRK S MRICRS (4', LF complete Per11]lmCE44! a I .I 5 a 2 t; ~ j. U U A44 5184 691 CURB RAMP AND LANDING, SY oompflete Mt place, perSemereYoad a ~ I.7~. ~ 3572 ~/. ? ~ A46 8110 649 REF PAV MRK TY I (W) (4'~ (SLD) ~ (100 MILS corrpleEa M place, s 3 z ~ . a . s Z ~r~ A46 611p 440 REF PAV MRK TY l (1r7 (4'~ (BRIG) LF (100 MIL). aomplets (n place, 3 `? r 5 ~' ; . a A47 8110 8,280 Rf~ PAV MRK TY 1(VV) (4'~ (BRK) ~ (100 MIL), oompiete In pklce, per , 3> a I S ~~ a Ifs A48 6110 681 RFF PAV MRKTY 1(Yh (8") (t3LD) ~ (100 MIL), oomplale in P1aee, Per ( 5 ~a% • ~``; , a . a A49 6110 241 REF PAV MRK TY I (1() (24' (SLD) ~ (100 MIL), oanplete fn pleoe, ~ (, t. oC 23 ~ ~ _ : , . A50 8170 16 747 REF PAV MRK TY 1 M (4") (SLD) , LF (7011 MIL), oomplet®M place, per 3 ` L ~ s - a , v . a A51 9004 218 PItECA'T CONCRETE ~~~ ~ CROSSING (INSTALL), OOlllpkte Ton lace Par a i 7 ~. ~'' i . PREGtiST OONCRETE RAILRQAD A02 9004 -O~ CROSSINCt, (SY+pply Mabrials Only), LF Ir~sfa4atlon 6Y U.P. Raiload, Porgy ~, ~n DELETED A68 9004 5 SIDEWALK DRAIN, complete 1t FA P~.P~Easl~ a S'y~;,~.: $ yy<7,5"~ TOTAL BID PART A (Items Al through A63), i `"1 13 ~S `6,"I `f ? . a?_ vrtoPOSn~FOras wKSasoF2z ADDfiNDTJMNO. 1 A.TTACFIIV11~1VT NO. 1 I~IORTH PORT AVENUE FROM I.H. S7 TO U.S. 781 CS.I/ 0916.36-166 PART s; sTORM TER ero I.D. ITpA aTY. x uNlr PFtlCE Br (an x uNrr L'ttICE qi AI,T. Bt 104 85 SY Rf"INOVINO CONC (RIP RAP), eompfele per Scuera Yard g °l. loG g ~7! "L. c B2 104 1 SY RENIOVINd CCNC (DRAIN), compkEe por Scuara Yard g 30~ -. ~~ ~ _,~ =' B3 182 7,010 SY BLOCKSODDING, oompkte In place, per Souera Yeid g 3. (; ~ g Zy 2 3C. c :~ B4 184 6,048 BY STRAW/F1AY NL.CH SEED (P'ER~ (URBAN) (CLAY), complete h piece, Pte" _ . ~ I : 2 S~ r~ r-i B5 168 0.56 TON FER'I1LI2ER aomple6e in place, perjTgq g H2~,vS g Z3~.Z3 B6 188 388 MG VEGETATNE WATERINd, complete tnplaa,p~ g 13,~`~ g Si.?-,,rz B7 400 8,358 cY CEM STA91L Bl(Fl, complete M Ptsce,Wrsd~x~ g Nz.,, g z7c,7v~.5~_ 88 402 9,844 lF E14f~ 17CCAVATION PR07'ECT10N, canPlete in place. ~ g Z.~o g, Z ~1a2~ (~ B9 432 27 CY RIP RAP (GONG) (CL A) (6 IN), completetn ptsoa, PerGUbiaYard g Z%2.7c. g •~~3t .7a 810 482 221 LF CONC BOX CULV (4 FT X 3 FT), ~P~ h PIS. P~LIulsoLE~t S r ~Z 31 g. 31 ~y =c , 5, 911 482 1,188 LF • CONC BOX CULV (6 FT X 3 F1), conlPtete in place, Per Unear Foa s } 9 v. ~ ~ g Z.'-;, <s~~.., ~: B12 482 645 LF CONC BOX CULV (8 FT X 4 Fn, aomP~ to P~~ P~L~L'42t g Z ol~, ~i 3 f 33.y`/`' c~ B13 462 844 LF CONC BOX CULV (7 FT X 3 Fl), complete M Place. Per~~ g 2 2 > . a `l g I ~ ~•, SsSs ~. 9G 614 464 2,028 LF R C PIPE (CLASS 10) (18 IN), cca~m ht I~~ P~l~![.E4lrS g (o I . o ~ g, 123, (~ (~ 1, o,' PROPOSAL f~ ADD>r?1~1DUM NO. 1 ATTACfIIvIBN1' NO. 1 m' ~ w t~ ~• r~ QTY' 8i UNIT PRICE w (QIY X tINR PRICE I N If LT. B16 484 1,80' R C PIPE ICLASB Iln (?41N), lF oamplale 1n place, Pere ! [e7. yL ' s..._J ~ ~ , Y U 3 , z 2- 816 464 486 R C PIPE (CLASS qn (30 IN), ~- LF compleEo fi place. Par j ?~; i -~"~ S~ .3G.7N~:~s B17 484 7,291' R C PIPE (CLAS511~ (38 IN), LF camplebtnplace,perJ,~~Q,Q( : ~r3-li: ; IL;.chl`~,~'f B18 464 1,189 R C PIPE {CLASS III (42 IM, ~ ° ~ ~~• ~ S 1 11.15 ¢_ 12 ,,~3-~3~ 619 464 418 R C PIPE (CIJ15S un (48 IN), LF compkb to place, par~o S 12 (, .$7 S rte' ,9 o t.. ° r 820 468 88 INLET (COMP) (YY C), complete In EA Plaoe.Pal'1:1~! S ?I<'~,o5 Z_ ZfG~`'7-!,,-? 821 466 88 MANH (TYPE M) (COMPLETE), EA complete h plea, porgy i 3~ :-~.. 3 3 8_ 117, I g r. `;'.r B22 465 1 MANH (COMPL) {JUNCT BOX) EA (TY M), oompie6a in P~4 PerE~l i,_ ZS, ~u G 3 ~ i ; c B23 465 44 INLET teX7' (TY C), complete in B24 466 2 INLET {STAGE n) (7Y C), mmplele FA in Place, parF~h ~ 22-?~ ..3-+~ ~ sir-, .r-S B25 465 1 MANW (COMPL) (JUNCT BOX) FA (SPL),oomWeteit~pieoe.Porl;~ch S Z~,[,~(.3z i- ^-, L.!,,. -~ B28 486 5 INLET (COAAPL) ('TYPE C) (MOD), FA corrtnlete to Place, parr, S, 3s~%. ,1 ~ S i7L~.; - L •; B27 485 1 MANH(COMPL)(JUNITBOX) FA (TY M) (sPL), oomPiaOa in Place, : y~ y ~ ~-, - i ~ <<.. ~. 3 -. ~ 826 466 14 MANN (COMPL) (R19ER pNLY), ~ ~P~.Pml~l S Zt{,z.l`~ g 3o,Zy~.~< 1120. 483 1 MANN (COMPW (JCT BOX) (SPL~ FA complete in plsoe Derma s I o , t g`1. ~? S ~ ~ ~ I Z i , ? i 1330 488 N , oomph In plea, ~ ~ ?~3_~ ' i ' ~ 77/7.7 PROPOaAI. F0(811 •~~ PAGE a of az AbDENAUM NO. 1 ATTACEi1Vl1~1'1' NO. 1 dl IV Bm LA• Rl:l11 ~'~'• ~~ UNR PRICE M4 (Q7'Y X UNfl' PRICE w U AI.T. B31 608 60 ~~ FlL NBTALL ~ {7Y1),oompleteinpl°oe, ' ; Zv.S6 So.~u ; 1 g B32 608 60 ROCK FlLTER DAMS (R~IOVE), LF P~'L~ecFs~! S 12.1 `/ ; J o%z. Gv B33 608 462 EMBANK (EROS $ 9EDM CONT, CY IN PtAG'Ey, PM's ; 'S'• l e ; 3 70% Frff B34 608 402 8 TEMPORARY SEDIMENT , LF pC~TR~ FENCE' aomplele in S 2.5i ; 21, S~i3. l `~ 836 B26 16 345 OONC URB i GAITER Cllf IQ . , LF (MOD), oomplNo in Place, P~ i / 6. 2 L i 2 U 8; Fs9S. yo 638 626 680 CONC CURB (TY ~. complete fi LF ptxe, Per j i 21.8'$ ; / ~/~ y2/. v v ~ ~~ ~ CoNC cuRS a ctrrTER (VALLEY LF Iete B Pie. ; 3~f.7o ; l 2/`'1.5v 838 9003 ~ COPIC BOX CULV (7 FT X 2.33 FT) ~ ~ Loedin6), complete ~ plea, i 3 (?. H ~ ; /o -79/. ~o B36 9D06 1 STORM WATER FLAP GATE (4' X 39, complete ~ D~• 840 0006 1 STORM W 7'E7i FLAP GATE ~ (6' X 4~, oompfete In p~oe, TOTAL. BW PART B (Items B1 ehmuph B,4oy: S 2.3 3 $'. yz.~. 7 a ~ ADDffiQAUM NO.1 ~° ° oRn A7TA(~IIV~KI' NO.1 1~iORTH PORT AVENUE PROM 1.1#. 37 TO U.S. 787 CS.11~ 0916 35-766 PART C: WATBR DISTRI~Jl10N newteupe~~.r+x t~ ~ 111EM ~• ~i UNIT PNCB IN (Q7'Y x YJI~ PRICH IN ALT. c1 40o 2,091 cEt~ STABII. Blfft, complete to CY plaoe.t~Sr]~.YaL( S ~/l.(~o i ~7,y7G.l~o C2 402 6 364 TRENCH EXCAVATION . ~. PROTEl:T10N. cornPlete in tN~, $ I I2- 7//6 . `1St s C3 9007 10.1 DUCTILE IRON FITTINGS, complete TON inpteoe,perjg1 i 573'7.53 S 5 y .>~ C4 9007 2 ~~ 8~ VALVE AND BOX (18"X6"}, c~rtlpem in place, ~ 9007 1 1'APPBVG SLEEVE, VAWE AND EA BOX (18" X 12'), mmpleto in plane, )C~ s 5509. yy S_ _ 3505. •/Y C6 8007 13 GATE VALVE MID BOX (6', ~ ~~~~~~ S 76•/Sy i 9S35.Sy C7 900T 7 GJ\TE VALVE AND 80X (8'~, EA OOmplBle h Pte. ~)~ S / 052. 2~ : /~ 52.2f c6 9007 3 DATE VALVEAND Box (10'x, FJ1 mmplete In 1~, t~lF~h 9 /6V~/ Sfv i c/rr3~~o C9 9007 19 GATE VALVE AND BOX (12"), E/1 complete h place. per Eli i ~ i / 4 64. v~ g 3 ~ 3s ~/. Ss C10 9007 2 ATE VALVE AND BOX (187 ~ (~HORIZONTAI. INSTALLATION), ; ~ ~ 8' l.S l i 1 6, 363.t~2 C11 9007 2 TIE-IN CONNECTION {2"), complete FJ1 Npieoe,per~ S 3$3.ss5 s 7G7.7~ C12 9007 1b TIE-tIV CONNEC710N (8"), complete EA ie place, par ~ S 8~6•(• Su s_, j3~ 26 7.5-u C13 9007 3 TIE-IN CONNG~CTION {8"~, oompl~e ~a Inp~.a~~ s ~ys:7~ s 2y./G.2s~ C14 900T 3 TIE-IN CoNNE~IION {70'y, EA complete in place, perms S I o 13..+~ y 3039.. ~ PROPOSAL FOPAI PAGE +o oFZe ADDENDUM NO. 1 ATTA~C1l~NT NO. 1 B nr BID LQ If EM QTY. •A UNI(' PRICE N (QTY X IN~IIif PR1CH N R AIT. C15 9007 1 TIE-IN CONNEC710N (12'x, EA comple0oinplaoe,per~ $ Io7G•57 ' /o76•s7 Ci8 9007 2 E-INCONNECTION(16'~, EA oompiele h Pte, P~~ = 17~/~1,35 i ~ ~! 8't/.7 8 C17 9007 427 DUCTILE IRON PO'E (WATER) (Bry, LF ~ per' Ci8 6007 33 DUCTILE IRON PIPE (WATER) (eq, LF oomplela b place. $ 31 .39 $ 1 o3s.&'7 C16 9007 118 DUCi1LE IRON PIPE(WATER) LF (10"1' Cgllplate ~ Pte, : 37. 6S i r/3 ~ 7. y o C20 9007 1 260 DUCTILE YtON PIPE (WATER) , ~ (1~, ~ Pte, P~ 8 S x•03 ¢ (nB'. 0 77. Slo C21 9007 146 ~~ 9tON PIPE (WATi~ C?2 9007 ~ FIRE HYDRANI'ASSEMBLY ~ (1YP1;1), aompt~e m place, i 3723.,25 g 7y~•163:~0 C23 9007 3 RELOCATE E~06T. FIRE HYDRANT, EA ~~' i ~iS. zz- $ 2~s'S~6 ~ C24 9007 49 WATER SERVICE CONNECl10N, EA cattPleEe M piece, Parted = Ssob•9 ~' S 3w x'12 vi C25 9007 214 PVC PIPE (WATER) (0900) (DR18) ~ (~). ~P~+~ Dom, i 1 ~.?3 3 7~i~ 2 Z P1IC P6'E (WATER) (0900) (DR18) C26 9007 4,179 (12"). aortipkm in place, C27 9007 135 JACWNI3, BORING, OR TUNNELING PIPE OR BOX (24 ~ ~ (51'I.CASIWG),eomD~~P~, = 37F1--c/3 ~I,OSrB•6~ Pte' C20 9007 -0- STEf~ ~~ ~ ~) (O . ~~ ~ ~, LF ~ DELETED DELETED PPa~ ~yr2a~e ADp)~ipUMN0.1 AT`PAQiI~ffiV'P NO. 1 I VLI LLI LVVJ iJ~..1 VLVJVVL TOTAL BID PART C (IWns C1 thiouyh C~0); t ~5 `~~ ~~~ . ~ ~ ADDBNDLi1vIN0.1 PA66120F22 ATFACHI~NT' NO. l NIORTH PORT AVENUE FROM I.H. 37 TO U,B. 781 CSJ>R ag16-35.156 PART Fr WA9'iEWA ~ N BID LD. REM QTY, i:l UNIT PRICE N (QTYX UNR PRICE W ALT. D1 400 1,118 CEM BTABIL BIB complete in . ~ Pia porS~.Yle9l ; ~lZ.l~ i ~(7, syl. Gc~ D2 402 3,869 ~~ EXCAVAnON ' LF PRO7 ECTiON, complete in place, S 1• I L S t•/o4t ~r~sr D3 8007 24 MANHOLE (SANRARY SEYVER) (49 ~ (FlBEROI.ASB), canplefe to place, ; 355 Fs. ~ ~ ; X6 352. ~ ~ ~ , D4 9007 45 EXTRA DEPTH MANHOLES (~, VF CortlptM! M Place. per VotNr~t Foot : Zo~•4Ce s ~i 2 2 3. Zo D6 8007 1 nWNC.OrO~IECTION(4') EA (GRAVITY), eomPiebin place, t~F~ ; 3 F1./. z L i 3£r~. t L Da 9007 2 nr:~N coc~aaec-r1oN (e~ FA (aRA~ ,complete In plea, ; 512.7E g /b2s.yy D7 8007 16 nE iN CONNECTION (0") ~- C ~ °°a'pia4e&~pfece• s 77~. `/ 3 ; r~-. y38: srX DB 9007 3 nEIN CONNECnON (12q FA (ORAVITI')' °anplele la place, P~~ ; g y 1, b 4 ti 2SZs• o ~1 DO 9t>OT 3 DROP CONNECnON ASSEMBLY EA (9"), OoapMda in Pte, Per ~ ti ~i 7U. / 5l g 25 ~ v •5`~ D10 9007 2 PLUG (8"), oanplela in pNae, F~ P~1~ g //S'. bS ; 231.3 ~ D11 0007 ~ GROUTANDABIWDONEKIST. ~ WASTEWATI7t PIPE, complete in P~~ DK = 205 (o o ; y5 23.2 0 D12 9007 37 SERVICECONN~:TION FJ- (tSAWTAR'Y SEINER), oomptate to ~~~ S Qo5.S3 i 33,s19•y/ D13 9007 a4 Pvc PEE (SANtTAtiY SEWER) LF (~ oanpl~e is P1aoe. Per s [(y.7) ; 13 8'6. / SY D14 9007 2 177 PVC ARY SL-IAIER) " , ~ 1. eompleta in place, per (SDR 28) (8 i yo. ~ Z $ Fsff, sr6S. ~`~ RtoPOSU.r~ • AbAENDUM•NO.1 PACE a oF~2 A'1!TACFIIVU3IVT NO, 1 ~ w tt1D LD. rreM QTY. a~: uNn' vprr.E N (arY x ttMIT PRIt:E w ALT. D18 9007 861 ~ IT ~ (SOR Z61(10'), oompb6e in pgiCe, ~ _ of 2.7'l S 2 ~ 251. /~ D18 9007 861 PVC PIPE (SANITARY SEVYER) ~, (SDR 2~ (12'x, cOmple4e M Place. a ~/5~ 8'6 D17 9007 8 ADJUST EXIST• MANHOLE TO ~ flN18H GtiADE, oomPlaM in place, i 13aL. y6 S /o, ~/.~/. ~v~ D76 9007 78 U S T DCIBT' VALVE O flNFSFI T ~ ~. •. / ~~ ~ C / p Llffl'1YyIA~w1 ~~// ~f ~ ~ S7A•W' G ! /LS'L.U J 1•i D19 9007 126 STEEL IN) (OPEN LF CUTj. aon>ldeea ~ paw, S 36~i yd ¢ ~G, syq. Y'1 TOTAL BIP PART D (IEams D7 through Dig); S `~ I %t.~ gO.SS PAOPOSALFOAN vAOauoFas A,DDBNATAVIIVO. ~ ATTACEAi6N'C NO. 1 NORTH PORT AVENUE FROM I.H. 37 TO U.S. 781 CS.IR 0916.36-165 PART E: LIIWDSC/IPMG IIIIPkOYEMENiS ~ I M V RID LD. ITEY qTY.>!~, O UNfr PRICE W (QTY X UNIT PRICE IN AL7 E1 17D 1 LS IRRIGATION SYSTEIN, oompfste In Pte, Ps-'l.i![!>Q$LN S 1 n.4v-. ~~ i (0,92 S .~ E2 192 8 EA WEEPING REDOLFJWDER odnplels in pleas, Pa' ~l S ~/~ •„u S N/'~...~ E3 192 7 EA MEXICAN BIRD OF PARADISE, oottlP~ ~ fie. D~F.E<dll y Z 8 7.5 u a_ _ ~ o l 2• ~~ E4 19Z 08 LF LANI~CAPE EDGE (2" X 8'~. oomPleoo in pkto0. pK s I y. ss' ~ ! zr 7G • ~~ E6 192 905 sF LANDSCAPEA~ECaETAT10N BARRIER, mmplsls k1 p~ 9 .5'Fj = SZy90 ~ 192 46 SY REM STAB BASE i ASPHALT (14', MP~>~ S ~/lo-'~O i Zo7o. V u E7 192 006 EI` NATAL PLUM, oompkle F pleas, p~~I S /9•sS S (7. (992.7 E8 192 40 CY PLANTING BED PREP (TY 91~ compl~s in pq~ca, psr Ctmic Yard i 97.75 i 3 9/0. ~ o E0 102 72.6 LF CONCRETE LANDSCAPE ED[iE, aompkls In place, P~ 1d099CL'~ : Z~. 7S : 20 ~ 3 S E70 B18 200 LF CONDT (PVC) (SCFID BO) (1"), ComP~ ht pb~R per Closet Foot S 2u . t 3 $ No z 6 . ~ •~ E11 620 600 LF ELEC CONDR (NO.12) INSULATED, a°ntpleb„plaoe' Psf1dD~12445 S _(. N~f i S.C./ ~e E12 824 8 EA GROLMD BOX TY D (182982), oomplele in place, P~~ s, /063.7s' = Sa 3 S~L• So E13 1028 11 CY LOOSE AciGR FOR l4RD COVER, complda 61 place, per Cubic Yard ; 2u (. 2S s ? ~ 3.75 E14 4286 4 FA OB9.ISK in pltrwe, pares $ 2~70..~.~ S /~ 2 flo. w rib 0~ AbDHNA[JM NO. 1 A't'GA,CA)>~1VT bTO. 1 Bm ~• I rreN I G~nr. a u a E16 B~8 2 Ea 818 810 10 ._ EA E17 810 16 EA E18 B20 4 ._ EA a sRVTrx ~1so) oao ss TP o, nP~e b plics, P~F8d1 D FOR LIOFfI' FIXTURE, h Place, PerF~! iHT FIXTURES, oomplata In pteo 7T0 ELECTRIC CONTROLS, ~p~ In Pte. PaEBGti UNIT PRICE M I (wTr x Ulvlrr PRICE Z•S'u x_13 Sloo. oo 3•~ s y37.oo TDTAL BID PART E pl~mt E1 through E78): t `'l 7i SyS, S'~ 7.0 PROPOSN.FORN a~+eoF'z ~.DDfiNDTIIu[NO.1 ATTACE~ffiNT NO. 1 i~lCRTH PORT AVENUE FltOAA I.N. 3Y TO U.S.187 CS.gR 087875-155 r F. E46C7'R ICALANIDLI O ({ . ~ e n w em w~, m~ arr. ~ - uelr aRnie e~ (aTrxuNrr er ALT. F1 818 8,88L• CONDT(PVC) (SCFIp,{p) (2'7, ~ oomplabe tl1 Pte, Per Linear Faot S 1 S. Z S ~7, ~el ~ 2 v F2 818 eo CONDT (PVC) (SL`FID 40) (4'~ LF , oornpkia b phoa, Par Closer Foot i ~l9.yS ~ 2 567. ~ ~ 824 ~ GROUNDBOJCTYA(122311) ~ W/APRON, oornplebe In Place, PaJ~ S 9i~1. ?..Y ~ us' wss zs F4 624 6 GROUND BOX N D {182922), EA aamplete h Pte, P~1~. E /063."~S t_ L3 SsZ., sJ TOTAL Be) PART F (Iterne F1 thnm8h F4): i_ / `l ?~ y/S. ss r PaovosN_POSii ADDffiVDUMNO.1 A1'TACFIl4ffiVT NO.. l j l~IORTH PORT AVENUE FROM I.H. 3T.T0 U.S.181 03.180916.36-166 ~. ""` ~ ' $-~ EN E?NT8 PA 6E 1OF P BD I.D. 1116111 QTY. ~A UNR PRICE M! (QTY X UNR PLAICE NI ° ALr. 01 24T 60,0911 FL BB (CAIP IN PLACE (TYA sY GR 1) (12"), per Beuere Yam s 1 ~(G~ 73 ~ oS, cz z6o Lei uMe {tIYD, coNi, oR aK 'Fo {BLURRY)), h Wace, rt per S 1 s'G.33 Z ~ 2r 9s9. c~ 0.9 260 50,08E LiIAH TRT (E7csP AIAII.) (8y, SY camWsle h pgios, per Smrae YeM S 2.1 Z i I n6, Zu3.5L G4 341 4~N D-0R HMAC { TYPE C ~ 9G.o Z ~~ ~~~ ~ S ' = 4 72 s!'/. y L O5 341 1$902 D-GR t1MAC (QCq/y TYPE B ~$ ~ T'ON "~' ao,,,pla6. h plsos, per i 9G- o z ~ f . I ~ ~ , 2,Ss/. o ~ GB 5261 60.098 OEOGfBD BASE REINFORCFJuIEM . SY (TYPE I~ oolnplele h Waco, Per ' 2.S 3 t g /a6,~~1L,t~x G7 A-41 3 Oimne Dery, DAY CaYlPlets party = (~ Z. s u $_ 19 2 7. S~ TOTAL BID PART6 (Items G'1 throuOh G7): ~_ 2, 7N ~ SSu. ,YY Po~~ ADDI~IAUM N0.1 ATT.A,CHMFIV'P NO. 1 I~IORTH PORTAVEIiUE FROM I.H. 97 TO U.3,181 CS.I>i 091635-166 BID SUYIII.. dRY 70T/LL . a~rrR an. BASE BID DESf~gP710N TOTALS Togi Bid Put A ItsON Al erwrgh A63 i 3~~ $3 • o z Total Bid PartB Items 61 through B~0 ice. 338+ yt6. 70 Total Bid Part C Renm C7 fhrorrgh C30 i 7 .' . ~ Told BId PaR D Items D1lirrough Dt B i N(y 180.96 Total Bid PaR E Rsms E1 flroagh Eli i 97~,~yS 5~ Total Bid Part F items 1 th F4 S ~ `/ 7, 4i . ~is~ TOTAL BASK BID (Pans A, a C, D, R aad F): terra _ sr ts;a~r~tK un_ .. s $~ o5~d, 32~ ~~ .~~ At.TiRWATlN0.1 BR1 DESCWPiR)N TOTALS Total Bid PaR A Rams A7 grough A4, Aeb, A96, A10 tlnough i 6 3 Total Bid PaR B Items B1 through BJD D ~ S 2.33 8; yab. 7 u Tohl Bid PaRC /n1 00 ' J Roms c7 through c33 ~ ~ {{{"'"""" : (oS~• 976• 'TI Total Bid PaR D n ,' ~` Rams [M i y i5' 1 8v. gS' Total Bld PARR I ' ((( t8 S 97 >yS.58 Total Bid Part F F7 through F4 i ~Y7~'/is 9t Total Bb P home 07 thro 67 i L. 74?. ~i9~ • yd TOT/,LACTERNAT6 N0.1 BIC! (Pans A, B, C, D, E, F and Or g, Z9 t. ~9 9 . ~!~ p ADA$I~iDUM>!TO.1 AT'fAGE~A~IEIVT NO.1 The wed -y d t~ he nee wisi~a the ai6e sosi rwa oarWugy ermminsd the !~ spedfloations and w lhsat doourrerrts tetamg to the work oavered by hie bkt ar bide, that fw tees ib do the vrorlt, smd tlmt rw +:~ns made by ttw Chy are In any same a +rarraniy but era men eoftn~wtae for the guklarra of Uw Conp'actor. ~ notlfieelbn of aaard of con6arx, wa wAl whl,ln far (1l3) +xiendat days axeouta tlra 1'omral eordiaet era wq deliver a Perforrrwnoa Borrd (ae required) fortlra feldrnrt perfonnancs aP this wrMrnct ane a Payment Bard (sa raquind) ~ k~sura psyrreM for ~ labor and mamrias. The f>Td bond at4chad to thls PmPrea4 to Cw errrotrrd of Q% of the amount bld, is stet 16rth ae I~quid~ab~d f e fie' -~y a~O~w chrbn In the avert ttw contact and bonds an not e~oawted wilhRr Uw thne above darraDes for tlw dakpr and addiNorral work oarmeQ thereby. lllnorl<yABaorMy tirwuusss Farbrghe Partleipaibn: The apparerd tow bidder shat, wpitfn five days of rogipt of bide. arbmk ib Cigr ErrBMfeer, 6t wrt4rp, the names and addresses of MBE fintia DalidPeMnB h the oathard and a deaalpton of lire work to be perforrrwd and Na doter value far bid evaNrafion Wupcae. Wwrrbar of Signaq stets of Documsnb: T1ra contract and at bonds wtl ba properad In trot leas 1f>an tlotrr coumterpart (oAgtral slgnad) srrta Tirtw of CwaplsHvn: 7'hs urdersigrrsd aDnse to corrropfote the work wirhYr tYorrr Mw date °deW9rss~d by a Yltbrlc Order. ito addltlonel flow wtu ba atoned for any Aksnrals bid Itsaw. Ths trdaslpned hrrtinx dsdeiess tlwt ha rrit provide a4 rrecsssary tools and apperraWs, do a91hs watt end liarrdslr ad tlra materials and do averytrirg regWred b carry oft thte above mentb-wd work aavaad by this proposal, h s6bt sc wth the conlraot downwtds en9 the requirsmsnb pawtrrirrg lhsreto, ttx the earn or sure above set tbrtlt. Reosipt of the folbwinp addenda is adcnowied9ed 1t (addenda numbarj• ~}c~t e,el vvn~ l a a6 I a q ~FZ 2/Zt l 09 LLC~ Rsspaclfuiysubmil6Mb SLC Construction, ir, P ~~: Shawn P, f~arvey (.Seal - if Bidder CB a COrpOraliOn) p.n Vp p~\ ~l (ti~~i 1~.~rJ ~~ 1165 Rodeo rive (P.O. Boot) (Street) Aransas Pass TX 78335 (C~ (~) (~P1' .f~~t361-758-8284 NOia: oonorelotod•61rlatimaeiwP~P~ 'Fa a wIM lik one wDmR aangsN vmn ~aud~ae neoenr. [rt.M..awpuaoom PflOPOSN.I`OFiM PAOa20oP22 AADBN.4UM NO. 1 ATTACHIVVJffiVT NO. 1 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 560 WORKING DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: ~ ~ 10.A-aJ ~~~~ /~55'~~ ity S r ar CITY OF CORPUS CHRISTI By: ~,,~ ~ r,-1-- Oscar Martinez Assistant City Manager APPROVED AS TO LEGAL FORM: S JaOl~~j $~ By: ~,an2 By: `i~~ ~~~ /Z//D~ Asst. City orney Pete Anaya, P.E. Director of Engineering Services ATTEST: (If Corporation) (Seal Below) (Note: If Person signing for corporation is not Preaideat, attach copy of authorization to aignJ ;: , CONTRACTOR ,;' ~~C SLC Construction, -Pr.P,¢+ By: .(11 p ~ ~~~, Sara L. Clarc Title: Manager P.O. B07C 639 (Address) CONROE, TX 77305 (City) (State)(ZIP) 936/441-8088 * 936/441-8098 (Phone) (Fax) dT C6tlI1Cll _,G,~~,J,~(~ ~ ~~v ._..~._.._ ..............._ p _ SECRETA>~ Agreement Page 2 of 2 l_~ ~i .~ J PROPOSAL FORM FOR NORTH PORT AVENUE FROM I.H_ 37 TO U.S. 1$1 CSJ# 0916-35-155 PROJI*CT NO, $264 DEPARTMENT OF ENOINEERINO SERVICES CITY OF CORPU8 CHR1977, TEXAS vnpoPOS~~ Foru1 tl,ADBNDTJiVT NO.1 ATTAG' NO.1 PROPOSAL p~~. Corpus Christi, Texas per; February 25, 2009 Proposal Of SLC CONSTRUCTION, ~~. a Cory~ora~n organized and abating under the lairs of the I State ~:~f TEXAS ' OR a Parb~rership or Individual doing business as ~~ TO: Ths City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to . famish all labor and ' materials, toils, and , necessary equipment, and to perform the work required for, NORTI-' PORT AVENUE FROM I.H. 37 TO U.S. 181 CSJ# 0916-35-155 at the locations set cut by the plans and speafieations acid in strict accordance wllh the ~:~ntract docunnents for the following prfoes, to~nriC NOTE Items with dsstgruatiorr "1" fi Column llll era applicable for Base Bid ony end are not applicable for Alternate No, 1, Base Bid (rigid pavement) indudes Items Al through A53, B1 through 840, C1 thrqugh C30, D1 through D18, E1 through E18, and F1lhrough F4, II Altemats No. 7 (flexible pavement) fidudes Items A7 through A4, ABb, A9b, A10 through Ati3, B9 tluough 840, C7 throug'r C30, D1 through D78, E1 through E78, F1 through F4, and 01 through G7. ~os~u. powr ~ z oFZZ ADAB~IDUN>i NO.1 A'1TACFxN.BNT NO.1 1110RTH PORT AVENUE FRONT I.H. 37 TO U.S. 781 C$J8 G916.38-15b rnr~~ a rREET IMPR01~'EM EIR$ P 1 N UI V ~ BN) IJ7. ITEM PTY. !A LINK PRICE N4 (QTY x uNlf PRICE IN ESCRI N ALT. Al 100 78 PREPARING ROW. oompl~e in sra Place, perms s S (a 7 3 . S6 a ~(3 I ~ o ~ 5 ~ A2 104 42,803 Rl:MOVINQ CONC (PAV), oomptete sY p~$quereYerd i 3 ~~ S I bZ, bfo2 • ga A3 104 285 REMOVING CONC (DRNEWAYS), SY comPle6aper5nuareYare ; ~. bo i 273C,.oo A4 705 ~ q,21~ RFM01ANO STAB BASE AND ASPIi , ~, PAV (4 =18', mrrQla4s Par SQUa~g„ v i ta~ '~ i 13S 2 ~ (o. ~ 7 A6 275 50,141 CElfl£NiTRF.4T (NEW BASE) (6"~, 1 SY oomplam to Place, per~reYard i 7.3g i~ 37.533 A8a 310 736 PRIME COAT (AAG30), oomplafa ~ 1 ~- P~.Per s .27 i 313fS.~IS ABb 310 @,791 PRIME COAT (MC301, ownpkle in c~LL P~RP~S~ i ~~.27 5 28~,~(`~7.57 A7 341 2.758 O•GR HMAC (QCf.IA) TYPE D 1 TON SAC-B PCa84~2, oomplele ih Place, i SG.oz ~ 26~ k23 11~ P~ ~ . AB 361 921 FLEXIBLE PAVEAAENT 1 ~, STRUCTURE REPAN2 (5', camplaM in place, Par i 2.~3 Z-- S .~~ 24Z.7 Z Aga 380 44,894 CONC PVMT (JOINT RBNF) (9"), 1 SY oomplebinprooe,perYaid i X10.93 i 1, tsL`1,325.4'L A9b 380 87 CONC PVNR (JOINT REWF) (97, SY oompleleinprooe,par~lareYard i !~l~~F = N175.13 A70 381 394 FULLrDEP7H REPAIR CPJR (~, SY canplaea E Pros, Parma Yak i I c~ £S • 9 g g ~I2 . ~3Y. ~ ~- A11 418 344 GRILL SHAFT (181N), compleEe (n LF Pboe. P~I~E418 i_ 1~ 3.75 ; ~1, ySv. vJ PROI+OSAL FORM r~sor;a AAAENDLJIVJ<NO..1 ATTACHIV~IVT NO. l I ~ BID LD. 11'EIN QTY, S UNIT PRICE M (QTY X UNR PRICE I N A1Z 420 9 CL C CONC (FOOTING). CompNOe h 1 AIT. ~ p~'Per~~~ ; 25u.SY ; 2255.22_ A13 420 2 CLACONC (STEPS), mmpiele in ~ p(aCe'P~CuhicYaitl Z `"IZ•3S ; ~82~/.70 A14 460 134 RAIL (TY PR1), ocmplele in place, ~ ~ ~ I~• 2 I ~ ~ 8~, 25Z.1~ A15 500 1 NIOBILI7ATK>nl, t~nple>p per A16 502 26 BARRICADES, SIGNS b TRAFFIC ~ HANDLING, oemplele ~ pace, • ; 131 u 7 0 3 (o75s z pm . ; Alt 530 2,38p GRIVEWAY6 (GONG), Cprlplele h SY pave, per Sauale Yard S ~yv 3 ; 9S~ ~3 t . (~ 7 A78 531 6,043 CONC SIDEWALKS {4', complem in SY pace, Perr~msY~ ; 25.17 ; 1 7( Z 7~ 31 A19 550 ~' CHAIN LINK FENCE (47 (INSTALLI, , LF ~ per' c; AZO 550 2 GATE (WSTALIa (DBL) (BARB TOP) EA {T X 30'), campkle fn place, por i I ~ 91.7 S S 3 `' S';. sv A21 ~ 860 992 CHAIN LINK FENCE (INSTALL) (6') ~ ~ B TOP, oomDkEa h place, s 3Z.G./ S 12 559 ~ ~ ~ . . ' A22 560 1 CHAIN LINK GATE pNSTALL) ~ (SINGLE) (T X 49, tampleEe ih p~ 35 S 35' i 3~S 3S perF~1 • . A23 66'2 1 GATE {SPECW-), comPleOe in place. A1A 636 464 ALUMINUTA SIGNS (TYA), compkh SF bl place, Per Sauer Foci ; 13 ~ v ; ;, 2 C>S 2 0 A26 644 86 I NS SM RD 6N SUP 6 AM TY S80 ( 1) SA (P?, le4s M Plao~ A26 644 13 I NS RO SN SUP & TY S80 { FA +~sAm. ~omplorer,aaoa. s ~13..,~ ~ ~a~=~ ; . ~ P/WF s oR ?2 ADDENDUM NO. 1 ATTAC>E~i'1' NO. 1 n ~ ~a N try QrY, ~ u uRlr PEE N (QTY X UN1f PRICE w A27 844 7 IWS 61A RD SN SUP & TY ALT. ~ f~) sA (P). n Pie, s ~z~.,,~ a ~~~I~.~~ A28 ~ 185 WK 2N PAV AIRK NON-REAAOV (VY) ~ (4") f~1O. mmptab to Wane. per S . I ~ a 31.4r qqp B6.1 6,423. YVK 2N PAV AIRK NON-REMOV (IAA LF (4") (SI,D), oon'pla6e to place, I~ per s . a I14o1.9 i A30 882 14,44a ~ PAV MRK NON-REMOV (Y) ~ (4' (SLD), o~a1P10eB llf place, 17 Z r S . NS~{.Flo S A31 682 ~g -MC 2rl PAV MIRK REMOV (TRAP . ~ BTN) T1r w, oon~gata h pace, = 1. ~ 3 7 ~ s ~ ! ~LE24f $ . ~ A32 882 874 mC ~ PAV MRK REMOV (TRAP 9 , ~ BTN) TY Y, axriplebe in place, _ .13 17 ~ Z p~ .u ~~i S A33 88e? ~ YYK PAV KIRK RBIIOV (VV) (47 ~ (BR1O. c01riPIale in paoo; 15 S 1 S 7y 7 ~• por . . A34 B82 8,674 VVIC ~ PAV MRK RENIOV (1N) (4'~ ~• (sl,D), ocmplete n pace, ~~ S , S Nys Z.N{ per , A36 882 1387 WICK PAV KIRK REiNOV (Y) (4'~ ~ ~ )~ comPlels n Pia S . 7 ~i S ~ ? ~ ~ - 73 . A316 B68 2,876 PREFAB PAV IARKTY C (vh (1r9 A37 688 ~~ PREFAB PAV MRK TY C (YIt) (24") (91.D), aa-iplale n Place. ~ S ~~ LC 1 i 2 77~~ Lam'' Par . . h38 66B 6 PREFAB PAV MRK?Y C (YV) ~ ~ ow), crnl+Plela in Waco, S JS5 ZS' S 77~,. ZS' A3p e86 8 PREFAB PAV DIRK TY C (W) (RR EA XINO), aanplsb n Place. perms S ~C,7 ~ u S y3i ~ -.5v A40 668 5 ~~ PAV MRK TY C (1N) (VYORD), complete h Place. EA ~ 19s.su s ~?7 S""~ _ . A41 672 260 REFL PAV MRI~ TY I~C, Cgtiple6e EA Pte. PKF.>~dl S '~-I i- S rSZI, bo PreovosA~ Aorue ADDENDUM NO.1 PAOe s oRZz ATTACHI~+ff:NT N0.1 dr N v 61iD I.D. I'1O n'EM o QTY, 6 uNrr PRICE dr (QTY x UMT PRICE IN • noN ALr. Aa2 872 3av: REFL PAV MRt~ TY uorA, E11 oompleEe w o~ Per i 3.1 L s ~ s ~, y ~y A43 877 2,32.1 ELIM EXT PAV MRK 8 MRKRS (;~, LF comDlsteper i I~Is S 2GL..vv A44 5184 691 CURB RAMP AND LANDING, SY oomple4e in place, per~sn3Yerd i_ ~ I.7~. i 35,7? ~/. ~, A46 6110 gqg REF PAV MRK TY I (1AQ (4'~ (SLD) LF (100 MIL), cahpkbe In pleoe, 3 S per . s s 2L7r~ A48 8110 4q0 REF PAV MRK TY l (1f) (4'~ (BRK) ~ (100 MIL). complete in Place, 3 / 5 ~ : i .. ~ : i A47 8110 8,290 REF PAV MRK TY I IVY) (4'~ (BRK) LF (100 MIL), o0mpkoe In place, Per s ''' I I I s~ ~ s A48 8110 5B1 REF PAV MRK TY I (1N) (8") (SLD) ~ (1 III pleroe, Per G`7 ~w . j . = • S A49 8110 241 RFF PAV MRK TY I (Y) (z4~ (SLD) ~ (~ MIL), corrK~lets In ppoe, G t °f oC 23z ~ . i : . A50 8170 iS,747 REF PAV MRKTY I (1~ (4q (SlA) LF (100 NAi j. M Pte. Per s . 3Z_ ~. g'v o ~ , s _ AS1 9004 218 PRQCASr CONCRETE RAILROAD ~ CRO3.SIN0 QNSTALL), comPlet3e ~ -,.- E 19 2 . , 5 y ! ( 3 ~ ~ ~. leas. Der L.hwer Foot , ~ i PRECASTCONCRETERMLROAD A52 9004 -0- CRO6SINq (Supply Mederlsis Only, LF IrasMAatlo0 by UP. Rei~oed, Per r~ ern DELETEb A63 9004 5 SIDEWAUC DRAMI, Complete in FA Pte. PsrEl79l1 i ~S5S.5~ i N N ~ ~. S.: TOTAL BID PARTA (Items Al thtoeyh A53); i `I i 3 ~5',~ ~ 3 . n Z raovosa~FOrae PAOesoF~ AADEPIDUMNU L ,A~TTAC[~IlVffiPTT NO. 1 (NORTH PORT AVkN(iB FROM I.W. 3T TO U.S.181 CS.19 0916351155 PART B• STORY iNA7Ea! e1PReveue.~,~ I - - - N BID I.D. REM 4TY. 6 D UNIT PRICE IN (QTY X UNfC PRICE M ALT. B1 104 95 SY RgiAOViNQ CONC (RIP RAP}, aomplele per 6auare Yatd S °(. (oo i ~(2. B2 104 1 SY RBNOVINC3CONC(DRAIN}, camplele per Savare Yard : 3u. ~v i 3~- ti, B3 182 7,010 SY BLOCK SODDING, oomple0e U1 ph>loe, per Yard 9 3• (; c, i ZS, 236. c~ 64 184 6.048 ~ W/I1AY NLCH SEED (PERNn (URBAN) (CLAYS compkm N place, , S! i i 25-,1 mar=? B5 168 0.56 TON FERiILRER, aomple6®in place, perjgr! i ~z~,oS i 233.23 B8 168 389 MG YEGEfATNE WATERING, compfele In Pte, Par Thousand e8altorre S 13 , ZJ S ~ i z-,, I2 B~ 40o s,35s cY cr:lut srAS~ Bla-1, m place,P~Sdd:il~.1Ca»1 y H2.t ~ s z7c.~76s. sr. BB 402 9,844 LF ENCH EXCAVATION PROTECTION, oompkEe ht place. ~ : 2. ~ o S ZS~~zs, L- B9 432 21 CY RIP RAP (GONG} (CL A) (6 IN), comPistein P~ PerCubioYard S 2~2-. 7c: ,S ~'~.sC .7v 810 462 221 LF CONC BOXCULV (4 Fi'X 3 FT), complete B Pte. P~,I~LE9QE i t ~Z 3- g, ~.J,ys%, . 5l 811 462 1,188 LF ~ CONC BOX CULV (8 FT X 3 Fn, oomWeta Yi Place. Per l~r Foe i 19 a. ~ S j 2 ~; ~3`~~. J B12 482 646 LF CONC BOX CULV (8 Fi X 4 FTC camplsae>nplace, perms = 2oW, 5`i f 133,Y~1`~ rS" B13 482 844 LF CONC BOOL CULV (7 FT X 3 FT), oomPleOe In Pte. P~l,l~f1?41 i 2 > > - ~ , ; i ~l (•, ~`'. SG B14 464 2,028 LF R C PIPE (CLASS IQ) (18 IN), oomPlels In Place, P~~LE.441 s (o I. o ~ : 123,(067.0'1 ADDffi~IDUM NO. 1 ATTACI~vIt$1T NO.1 1 m wv ew La maul qrr. a uwrr pwcE w (trrv x uarr Prs~ce w UN~. LT. B1S 494 1,90' R C PIPE (CLASS Ilq (241N), LF oamplebeNplaoe,perL.ha~rFaotF~ S Ls7.+(L ~ S_ t o~.4GS~, zz_ B16 464 496 R C PIPE (CLASS III) (301N), LF complete to place, Per j S 7~_ ~ 3 ¢ ,3G,7 `~S:yS 817 484 1,29f' R C PIPE (CLAS311~ (381N), LF oompleEe In place, Perl~tearFOOt = ~i3-I i, t i zl _bl.(, y~ 818 494 1,189 R C PIPE (CLASS III (421N), LF n Weoa. Par Lh~ear Foot S I i l . l ~ S_ 12 `,~3-1..35 619 494 418 R C PIPE (CLASS IIQ (48 IN), LF inpNloe,Per oo S (Z(,.57 S 'SZ,9oc;. %'. 820 495 88 INLET (COMP) {i'Y C), complete in EA place,per~ S :tile;+, o9 ~ ZfC,.`ild-/,i7 821 466 98 MANN (TYPE M) (L~OMPLE7E), EA complete iA Place, perms : 3?~~. 33 ~ C 17,1 g i . `s'.-~ B72 465 1 MANH (COMPL) {JUNCT BOXY EA (TM ~. oomW~ ~ P~ Per.E~l1 = 2S~o'..3 3 i ^; ~ .. > 623 466 44 INLET EXT (1Y C), oanplete in 624 496 a INLET {STAGE n) Cn c), complete IJ- inPlaoe,DarF.B~. ~ 22.?< .3~ $ ~isy:-,-Us B26 465 1 MANW (COMPL) (JUNCT BOX) EA (SPL),oomplaleinplaoe,P~~. = Z~,l9G;.3 ~ i ^_-: (.•L,._,', H29 485 5 INLET (COMPL) ('TYPE ~ (IUIOD), Ea Inwaoe,Per~ S 3x'!.,13 i- I~ZL~Y.',~>_ 627 465 1 MANH (COMPL) (JUNCT BOX) ~ ~ y, tomplele n Place, y5 ~ s y =~ 3' ~ ~~ ~, ~. 3 1 s B28 466 14 MANN (COMPL) (RISER ONLY), EA ogllWale in place, perms S Zt {; z ,1 ~{ S 30, zY3.7G B2Y. 485 1 MANH (COMPL) (JCT BOX) (SPL~ FA complete h place, P~ F~ S I ~ , f 2~ .3? ; i ~ ; ; 830 499 281 YYINOWALL (PNl), oomplme F plaoa, ~ P~ ~~ `q , s 771 7 7 j s PaoPOSa r-orau PAGE a OF' a ADDENDUM NO. 1 ATTACEIIv16N')' NO.1 N BID I.D. ITEM QTY.:1< UNIT' PRICE M4 (027Y X UNIT PRICE W NR D ALT. B31 606 90 ROCK FlL DAMS TALL ~ (1'Y1),completeinpleca, ' i Zv.S6 Sa.~o b 1 g B32 608 9D ROCK FILTER DAMS (REIuIOVE) LF , camPleba par J~ FOO1 S 12. I `f' s 1 ~iZ . Gy 833 808 452 EMBANK (8205 $ SEDM CONT, CY IN PLACk'j, par CubicYani ~ `3'.Iq ~ 3 70% Frff B34 806 8,402 TEMPORARY 8EDIMENT H36 628 16,345 CONC B i GUT?ER (TY Iq . ~ (MOOT, oompble in place, ' i 1 6. 2 L ~ 2 U fl 895. r7v Da~ ~arFoot , 636 528 680 OONC CURB (TY FI. compkle in ~ Pte. P~L~LE9~ s 21.8'$ S / ~/~ y2/. v v B3•/ 629. 36 CONC CURE 6 GUTTER (VALLEY LF G~W. mmplaEa in Place' S 3~1 •'7o S / Z/'-/ 5v 838 9003 ~ COPJC BODC CULV (7 FT X 2.33 FT) LF (E80 Loedrp), oompb0e In Place, 3 3l'1.y~ -79L~o S /y Dar , 638 saD06 1 STORIN WATER FLAP GATE EA (~ comDlale M place, # 2 ~ ~/ y3..~J i 2S, y~/3. u o 640 6006 1 WATER FLAP GATE ~ (8' X 4~; ooir~pleh In plane, y ~y s 31, ~G 8'. JJ S 3/, 8 6 ~ u o TOTA1.61D PART a (lent. e~ throu6n s4o): s 2, 3 3 8. yzG. 7 0 ~osALFORM ADDk~IDUMNO. 1 ~e aoFaz A7TA(~IIVJBIV'i' NO. i kORTH PORT AVENUE ~ROAII I.H. 37 TO 0.3.181 CSJILE 0916.35-165 r/uirv . wATFJi WS7'RiBfJ17 0td911PRt)VEIIRNi'S i ~ N VII 13m LO, ITi9Y1 CTY..a UNIT PiitcE tN (QTY X UNIT [+RICB na ALT. C1 400 2,091 CEM STABII, BIffL, complete in CY place. Der YaM S ~(Z. (90 ~ ~`7, y7G .lcv C2 402 8 364 TAN t~CCAYATION . ~ PROlfCT10N. comPbba in place, $ (1,L i 7//b . ~ - C3 8007 10.1 DUCTILE IRON FITTINGS, complete TON in place, P~IlI" s 5737.53 i S 9y . 03 ~ 9007 2 APPlN68LE1E:VE,VALVEAND ~ BOX(1ti"X6"~,completetnptaoe, x /`! S 3196• ; G3S2.~ss C5 8007 1 1APPIId6 SLEEVE, VALVE AND ~ eOX (18" X 12"), complete in place, P~Effih i 5509. wy S_ - - 3505. dr C8 9007 13 GATE VALVE AND BOX (8', EA contppts„P~. P~LP~t s 76~SS1 : 9935.Sy C7 8001 1 GATE VALVE AND BOX (0'~, FJ1 oompleMa in Place. Dares S / 092. 2~ s /~ 52.2f GS 8007 3 GATE VALVEAND t90X (10'x, FJ- oomWela h Dgoa. par) S 16V~ S(o y ~i3~~= C9 8007 10 GATE VALVE AND 80X (12"x, C10 0007 2 ~-TE VALVE AND BOX (167 ~ ~HORIZONTN.INSTALLATION~ 8 ~/gr.~r s i 6 363 ez - . . C11 9007 2 T1E-M CONNECTION (2"), complete lew ti p~ t~~ffi s 383. ss5 S 767.7x! C12 9007 16 TIEat4 CONNECTION (8"), oanplete EA in Ply. P&'f~ : 95s~/. Su $ l3, 2G7.s~ C13 9007 3 TIE-IN CONNECf10N (8"), complete F.A in place. P~l~9d S 9 Ng 7S~ S 2Si~/d• 2~~ C14 900T 3 TIE-IN CONNECTION (10"'), F.A complete ~ I~co. t~~ S l 013. ~ ~ = 3039. vaovosutrol~t Iwoe tooFrt ADDBNDUMNO.1 ATTAICF~IV,IBNT NO.1 tl ry V BID L0. REIA QTY..D UNf(' PWCE !1 (QTY X UNiI' PRICH RI ALT. C15 9007 1 TIE-IN CONNECTION (12'x, ~ comPleOe le pfaoe, perms § I o 7G •57 # I e76 • s7 C/0 9007 2 E-IN CONNECTION (16"x, EA oanpleEa in Pleas, D~l~ § 17~/~l .35 § 3 ~ 8's~.7 ~ C17 9007 427 DUCTILE IRON PIPE (WATER) (Bry, LF ~~ ~ ~' C18 9007 33 DUCTILE IRON PIPE (WAT'ER) (8'~, ~ oompleEe in pleoe, § 31.39 § l 035-, rs7 C19 9007 116 DUCTILE IRON PIPE(WATER) ~ (10"), campteM in Place, § ~7 bs § c{367 yo per . C20 9007 1 280 DUCTILE YiON PIPE (WATER) , ~ (12"), campiele h place, § S~•o3 § (ofl. 0'77, Sfo C21 9007 14b DUCTILE IRON PIPE (WATER) LF ~h~' § Sss.67 § ~So7. /5' C22 9007 20 FIRE HYDRANT ASSEMBLY ~ (rYPE 1), complete kt Plaoe, § 3723..24 g 7'/,d 63 : Sfo C23 9007 3 R0.0CATE EXI6T. FIRE HYDRANT, EA ~ ~ ate' § 89S. t z $ 2Gs~S• ~6 C24 9007 49 WATER BF.RVICE CONNECTION, EA catipkEe M place, Per sue! § Sfo6.9 8 § 3a 5~/L ~ Z C26 9007 214 PVC PIPE (VYATER) (0900) (OR18) r § I ~ ~3 C28 9007 4 779 PVC PIPE (NYATFJi) (0900) (DR18) ' . , ~ ), compiepp in place, (12 Per § Z f. 70 § / o~~ c/py.3 v C27 9007 136 ~~~ BORING, OR ~ TUNNELING PIPE OR BOX (24 IN) (STLCASING),ampNtainplece, § 37~ ~/3 § ~I,oSr,j.ds~ C28 9007 -0- ST't~L ~~ ~ ~ ( CUn, oompk6a to place, ~ p~ r~ ~e DELETED vo~~ ADDFiNDUM NO.1 ATTAC[~IVffiV'i' NO.1 TOTAL BID PART C (Ifoms C1 fhlol~h C~0); Z ~o~`/~ ~~~ • ~ ~ ~ ADD$NDU1vIN0.1 PAGE 120F22 ATTAICHI~' NO.1 NiORTH PORT AVENUE FROM I.H. 37 TO U.S. 781 CSJiti916-35-156 Pwcr~ wASTE wATER l111N IT Y RD 1 ~ 1 ry BID L0, REIA QTY. li UNIT PpICE W (QTYX UNIT PRIC6IN DES ALT. D1 400 1,110 CEM sTA61L BILL, complete to . ~ P~ Dahl ;_ X12. (oo S ~(7f sy 1. (mc> D2 402 3,869 TRENCH EXCAVATION LF PROTECTION, complete in place, ; 1.12 S ~o5t:c~S~ Per D3 9007 24 tAANHOLE(S/WRARYSEWER)(49 ~ (FIBERGLASS, complete In place, D4 9007 45 EXTRA DEPTH MANHOLES (+6'J, vF ooRlplil! to pleoe, Der V~1 Fo~O s 20'~•9(o sri z zs. zo "-- D6 9007 1 T16aN CONNECTION (4") ~ ~ ~~ ~ PIa~. S 3 Sr'•/. Y ~- i 3sr~. L L DB 9007 2 TIE-IN L~ONNECTION (8") EA (GRAVITY), complete In plan, ~~ ; 512.72 s /oz5.yy D7 0007 18 TIE-1N CONNECTION (8'~ EA (P ~~~ ~Pleca, 9 77.`/3 ; (~,N38: sra' . DB 9007 3 TIEaN CONNECTION (12") ~ (oRAVITY), oomplele in place, g y 1, b4 2szs o ~/ perms S . tl D9 SOOT 3 DROP OONNECTION ASSEMBLY EA (8', oorr~plete fi Pia, P~ al c!! ; ~r 7U. I Y ; 2S ~ v.5~ D10 9007 2 PLUG (9"), complete in piaoe, ~ Pa<l~ S //S'. bS ; 2.31.3 ~ D11 9007 22 OROUTANDABANDON ~~. ~, ~ TER PIPE. oOmple6B in : zos !r v ; ys Z3. 'L o 012 9007 3T SERVICE CONNECTION ~ b oompiete to ; 90543 ; 33 s19•H/ ~ ~~ , D1a 900 3. Pvc PIPE (sANrrARY sEwsRf ~ (SDR 28) (6"), OOlnplel9 ~ piece, Der S c(G.7) D14 9007 2 177 ITARY SEWER) " , ~ (sDR 2s) (8 l. wmDlete In pt9ca, per t yo. ~ 2 a Fsfs, ~6s. ~'~ ~'"" ' AbDP,~1DTJM No. i t~ is oR n AT'1'ACfII11[HNTNO, 1 In va B1D ~. RE~I RTY• ~^ UNf'f' PRN:E N (QTY x UNIT PRICE W iur. D16 8007 B61 PVC ~ IT ~ ~ ZB) (10ry, eomplebe In wace, $ ~(2 7'/ i~ 2 S! 25 I , , i D16 800 % 681 PVC PIPE (SANITARY SEWER) ~' fsDrt ~ (1~ aa"vlets rn Pmce' ~ ~/~ 8'6 z4 ~C Gsz , - . S D17 9007 8 ADJUST EXIST. MANHOLE TO EA FINISH GRADE, oompWlt. kt place. = 13z~L.y(o ~o e/Sl lo~ ~ . 5 D78 8007 18 ADJU8T EXIST. VALVE TO FINISW C~oE, oompl8le in wets, s S7g 2.~' s ~zs2 . D18 8007 126 STEFL CA61 ~ IN) (OPEN LF CUT)' oompteEe ~ wets, i 3 6 r ~/Y ~ ~G, s~i• Yd TOTAL BD PART D (16ente D7 fhnwgh D19): S `~ 1 %i So. SS PROPpeALiRORM v~Qeuorn AAABNALAVI IVO. 1 ATTACE>A2Rw'C NO. 1 NORTH PORT AVENUE FROM I.H. 37 TO U.S. 781 CSJE 0916-35-165 PART E• LAa®SCAPe~ta aytpetev~.e: ~ I ~ - ----- - ~ BID ~• ~M ~• ~~~ UNR PRICE IN (QTY X UNIT PRICE IN AL.t E1 170 1 ~ IRRIGATION SYSTEM, mmpfeta in Pte. per J um pan i ! n.cr2s. ~u S [a.92 S .~ E2 192 B EA VVEEPINC3 RED OLEANDER, oompleleinplace,P~'l~ i '/~•uo $ y/~..~ E3 192 7 EA MEXICAN BIRD OF PARADISE, oomPlt~a in P~~. Per F~ y Z S~ 7. S o S Z o 12• s•o .E4 19z 9s LF uWDSCAPEEDGE(2-xe"), comple6eb place, pr1J1~E~t i I ~.ss' _ ! fr7G• ~o E5 192 906 SF LANDSCAPFJVEOE~ATION ~~~'°qn~~'p~ P~ S .Sfj = 5"Ly40 E8 192 45 SY REM STAB BASE 6 ASPHALT (14', oomple0e pares s, ~/(m- ~ ° = 20 70. v ., E7 192 906 EA NATAL PLUM, oomplele i~ place, PDf~ i /9.sS S ~7.(~i2.7~ E8 192 40 CY PLANTINti BED PREP (TY p~, compl~einpgee,perC~icYand i g7.7S i 39io.~- E9 192 72.6 LF CONCRETE LANDSCAPE ED[iE, aomplnle In place, pert = 2~• 7S : 20 fn(3 $ E70 618 200 LF CONDT (PI/C) (SCHD ~ (1"), compb0e b ptaa, per Llneat Fook i Zu . i 3 . i .-(o z 6. ,,.> E71 820 600 LF ELEC COMDR (N0.12) INSULATED, i _(• y~i a s~C~/ ~_ E12 824 B EA GROUND BOX TY O (162982), oanpleM h place, perms s_ /063.7>' = S~ 3 s~Z• So E13 1028 11 CY LOOSE /1L3CIt FOR C9RD COYER, oomplek h Place, per Cu6~ Yaed ; 2u l . ZS : 2 z.r 3. ~ S E14 4296 4 FA OBEI.I3l~ emple0e in Dlaco. P~F~Ph j 2~7y.,+o S /~ 2flo. ~ P~ACal01a n~ I~DnANUt1M NO. X A'Plr,A,CffiVI~V7<' 1V0. 1 B87 I.D. IiEAA QIY. d, UNIT PRICE IN (QTY X UNIT PRICE 8r D 7. E16 628 2 ELC SRV TY X (120) 030 SS TP p EA , oompietefiPip08,Per ; L°/oo.o.~ S /.3,ifo~•~~ E78 610 16 FND FOR LIGFIT FO(TUR~ En oomplats In place, perms 9 z ~ -/ s, s ~z~~. E17 610 18 UGHT FOC171RES, compl9fe in platy, ~' ~~ 3 8~z.s'~ i 13 ~oo.o~ E18 820 4 PHOTO ELECTRIC CONTROLS, EA mmpleEe in place, perms i_ 105. u' s Y3 7. o ~ 7"OTAI. BID PARTE perms E1 through E18): S `(,~ SyS, S'S~ PROPOSAt.FOFII owo~ +s oRaa ~P,,DDSNDTIIuI NO.1 ATTACE'Il1~NT Nb,1 ~~oR rri woar av~aue ~ ~.H. ay ro u.s. ~s1 CS.AR 0916~35JI66 PART MIID LJ OHTIN(i ylpR I ^ n N BD L0. REY QTY. ?, - UNR PRR:E IN (4TY X UNIP PRICE IN A4T. F1 818 5,881 CONDT(PVC) (SCHb.W) (4'~, LF comPle(e In pleas, Per Lk~ear Foot $ 15.2 S ~. `//• 2 v F2 618 BO CONDT (PVC) {SCHD ~0) (~, LF oartipNta h phoe, Per j~p S ~14:'!S ~ 2 56 ~. ~ F3 824 63 ~~ BOX TYA (1?2311) ~ W/APRON, aornplebe to place, p4~ 9iy. ~' S ¢ NgysS.zs F4 624 6 GROUND BOX N D {16290, EA aamplNaN Pte. P~F.~ E /063.'75 ~ L3 gZ,, So TOTAL 81D PART F (Bans R11111ough F4): i / `>' 7f ~//S. 5.~ ~vos~L~ ~ ADI)>~RDUMNO.1 AATACFIbffidR' NO..1 l~IORTH PORT AVENUE FROM I.H. 37.T0 U.9,181 CS.!* 081635-165 PART O : a~K INPROI,~M ~'S PAVEMENT LIE U FRff31DP VEAA B®LD. LI1:NA ~ QTY..Ti Up1IT PRICE MI (QTY X UNIT PRICE W AL7 O1 247 50,0911 FL B8 (CMP IN PLACE) RYA SY OR 1) (12"), per&aumaYaM S~ 7 3 oS. i G2 260 ra LIME (WYD, COM, DR QK (~~?. ~ M Place, perLaO S 1 S'G.33 3 / 2S 959.0 T G3 260 50,09E LIME TRT (Ex$T MATL) (B•~ sY complete to p0. Pa YaM i 2. - 2 $ I n6, 2v3.5'L G4 341 a~ D-0R HMIID L TYPi~ C 9G.o z ~ ~ v~ s i 4 72 si~f. wt, G5 341 1$902 D-oR IiIYIAC (QCgA) TYPE B ~$ PG84 TON -?2' COIYlplata to ptaoa, par .S `!6- O zr .~ I . I Sf' I , Z3S/• a J (36 6261 50,098 GEOGRID BASE REMFORCEME~IT ~, (TYPE 1~ oomplebe >n place, per 2.53 Z S /a6,~~1L.sf~r G7 A•41 3 Oonne Der, DAY ogflpl~a P~~It . $ le ~ 2. fu S / 9 2 7. S~ TOTAL BM1 PART G (IEems G1 lhrouph G7~: ; Z, 7N ~ S 5u. 8Y P~ ADDBPiDUM NO.1 ATTA.CFIII~N'1' NO.1 I~IORTH PORT AVENUE FROM I.H. 37 TO U.S.181 CSJ>010876.35-156 RASE BID ~ _ DEBCWPTION Togl Bid Part A Nsma Al Ilaouph A63 Total Bid Part B hams Bf throayll BIp Total BW Part C Name C1 fla0uph C30 Total BW Pa1t D Hems D1 thr0uph D1a Teal BW Part E Noma E1 throaptl @i6 TOTAL BABE BID (Para A, B C, D. R end F): reTLL. ~~~~,~ un_ .. rorAl.s i 2.33g '/z6.7v : ~s~ 7'~. 71 i N(~, I fo.9S S l ~/ ~, yiS. S~~ i g~~y6,3z~s/ ALTla1NAT! NO.7 Bm DES1x11PilOM TCTALB Total Bb Part A Hems Al (hroupll A4, A6b, A96, A10 M1r0uph A53 = ~ • ~ Total Bid Part B Hama B7 thronph B/0 2.338; ytb.7u Tool Bb PsR C Isms C1 thro1g11 Cap t ~5~1. 776. 71 Toal Bid Pa1t D Iama D1 ihl0up n i N I ~ I gv. qs' Toni Bld PaR E Isms H ,L i S7 SVS.59 Trial Bid PaR F F1 F4 i ~d7 `/is yf Total Bb Part 0111110 G7 i Z, 747. yyo • Sd 1 BiC; (Pads A, B, C, Q E, F and G): 8~,Z91,_la99, ~~ 1+ROP0&ALFgB1 MA~ND[7MAT0.1 ~ pAfiE is OF 9 ATTA,QZ'~'!~r NU. ~ 71re undarsip~+oa herelry deobrea that he has visited the alts and has y e~mm$red the w ~ ~ ~ and co~,heot dogmanb relatlnq to Mie work oovared by his ba or trills. tnat ha sprees to do Me represam:ettons made by the Cky ane In ar>y sense a warranty but are mero eaomatea for the guiderree oP the t.orrbs~dor. Upon rwtlflcatbrr of a~Nerd of centred. we wAI witldn tan (10) oabndar days era3oute the formal contrail and wti deliver a PeAbmtanoe soot! (as roquired) forthe fekirhrl perAOmtance of tlNa canted and a sand (as ragrdred) !a krauts paymerd Aar ag ieborand materbts. The btd bored ettdctied to thle proposal, W ore amourd of b% of the hlgtrest amount bid, b set fortlr ae~uida) did ~ me .Ay of Corpus Christi in the averrt ore centred and bonds era not exaoubd wkhh the ttme above pq amages for ow detalr and additional work caused thereby. bids, submk~ Buabws Fntsrpdse t~artlelpafton: 71te apparent tow bidder stwl, wflhin foe days of receipt of of the work tD t ~b ~~~ Ft wroinp, fhe names and addra9e~ of IHtiE fcnrs paaodpatLrp W the corMnaot and a doacdpNon performed and 8s doper value Aar trkl evawalion purpose. ~ (~~t~neq Srrts or Documorrrs; me contract and an hwrds wq be vreparad fn mot lass then tour tgnady srrts. TTme of CompiaHon: The underetgnad aigraes m rbmoplata ore work wAtrirr from qre date .desigrrafad by a WoAt Order. ilo aadttionet ttnw rrgt be atloitad for any Atanaile bid itarme. The undersigned T,rrtM>r daobres lhat he wig provide aq necessary toots end epparaWs, do e0 ttto work and fiiirisit ek ore malatbls and do everything required b cant' out tltte above ttrmrewted work cowered by this proposal, to stdd eCCaNamoe with the oonkaotdocumrerrts ant the regrritements penatthrg thereto, Ax the sort or sums above sd Tarot. Reoeipl of hie foibwing addenda is acknowbdgad ` (addorWanumbar'/_~c S 1 ~) a' ab 6 ~FZ. 2/ar I o9 RespacifuAyautrrrdllsd: SLC Construction ~~: Shawn P. F~arvey (Seel - H tddder k a Corporatbn) BY• `'' (81G 7URE) _- ~~: 1165 Rodeo rive (P.O, pox) (gam) Aransas Pass TX 78335 (Clbrl (s~I (~v) T~~:361-758-8284 NOTi: Do oat dedat• bid Aan sett pywa 'Fe Y w19~ edgy rw wbmrt ampele vAM dretlyd 9eYMa la«n.awpramei PROPOSN.FOret -~oe 20 oFZZ ADD~IDYJM NO. ATTACHIVVJffiVT NO.1 PAxD~EBT 8OYQA BOND N0. :.6622420 STATE OF TE]Q1S $ ~rox ALL sx THESE pRESBNTS: COIIN'xY OF NOEGSS $ TEAT SLC CaaetxucCi.oa,LLC of ~ ~ County, Texas, hereinafter called "Principal", and SAFECO INSURANCE coMpaNy nF aMEBLu a corporation organized under the laws of the State of wASxINGTON 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 "Cityy", and unto all persons, firms and corporations supplying labor s.nd materials in prosecution of the work referred to in the attached contract, in the penal sum __ _..__-___... ...~~ vramnlGn Tw~2Y~-EIGHT A~mT 91 100($8,046,328.91) DO]:I,ARS, lawful money ox Lne uni4cu States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to bk~ made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDZTZOti OS THIS OSI~IGATION ZS SIICH THAT: Whereas, the principal entered into a certain contract with the Citof°whichpis Christi, dated the 19TH day MAY , 20 09 a Copy hereto attached and made a part hereof, for the construction of: 'NORTH PORT AV~Nt1E FROM 1.8.37 TO II.S.181 CSJ #0916-35-155 PROJECT NO. 6264 (TOTAL HASE 8ID- Paxts A,S,C,DrE 6 F: $8,046,328.91) NOS, THEREFORE, if the principal shall faithfuelrsonserfo~ ~ss duties and make prompt payment to all pppy g subcontractors, corporations and claimants su 1 in labor and material in the prosecution of the work provided for in said contract and any and all d»,ly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby exp:cessly waived, then this obligation shall be void; otherwise to remain in full force and effect- pgO~DF,D FIIRTHER, that if any legal action be filed upon this bond, venue shall lie in Nuece=~ 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 t the terms of the contract, or to the work to be addition o performed thereunder. ptiyment Bond page 1 of 2 This bond is given to meet. the requiremen yicablerstatutes6vf Vernon's Civil Statutes of Texas, and other app the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordelnce 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 oasprrovided by eArta in matters arising out of such suretyship, p 7.7.9-1, Vernon's Texas InsurancE~ Code. ~ p~~ggg 171~REIDS, this instrument is executedthis the o~~ each one of which sha11~ Gbe deemed an original, day of ~ 20 v i-. pRINCIPAZ SLC C~ON~S,TRIJCTI.ON~ pI+LC(~~7 ATTR3T Shawn 1?.~Iarvey, Manager t of the Surety fa Nnecea ConatY, Texas, for The Residea* Ages delivery o€ aotfoe arzd aesv3ae of process far ~~~: $KAN'I'E~R & CORDON INSURANCE Gontsat pesaoa: HOWARD 'M: C€fNT~[JELL PO BOX 870 - 500 - N SPIORT';LINE, 12TH 'FLOOR pddxeas: Cp~S ~jjRZ 7,I. ~X 78403-0870. Bhcitse der; ...3Fi1~883-1711 (NOTE: bate of Rayment Bortd must not be F+sior Ye date of contract) lRenised 3/08) Payment Bond Page 2 of 2 HOUSTOUN, WOODARD, EASON, GEN71,E, TOiNPORDE, AND ANDERSON, INC. dba Insurance Alliance 1776 Yodttown, Suite 240 Houston,lbxas 77056.4114 1D1 License /1381 FEIN N760362043 BOND NO.: 6622420 P 8 R F Q R ffi A N C E B O N D STATE OF TF7CAS § RN49i ALL BY T8E88 pgESENTS: COIINTY OF NUECl~9 S TACT S?.C Conetraation,:LLC Of MONTGOMERY County, Texas, hereinafter called "Principal", and sAyECO iNSUitz1NCE COMPANY o~ AtnEFFCt~ corporation organized under the laws of the State of - and duly authorized to do business in the State of Texas, hereinafter called "Surety", sire 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 ETGST -_~_- ~r~~w .nenv~~ll.tl-4 T!!RT sun 01~10A Njau{,LiVl\ LMLai a_...as w..--~-.~ _- - ($8.046,328.91) DOLLP,RS, lawfu~. money of the United States, to e paid in Nueces County, Texas, f'or 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: T88 CONDITION OF IBIS 05L~IGATION TS SUCB THAT: Whereas, the principal entered into a certain contract with the City of Corpus Ghristi, dated the 19TH of MAY ~ 2fo 09 he const uction of h is hereto attached and made a part hereof, NORTB PORT AVENUE FROM 5.8.37 TO U.S.181 CSJ #0916-35-155 PROJECT NO. 6264 (TOTAL BASE, HID- Parts A,S,C,D,E & %': $8,046,328.91) NOOP, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any Chang<ss, extensions, or guaranties, and if the principal shall repair and!or replace all de€ects 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 obligatiosa shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that i:E 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:., anywise affect its obligatior~ o waive notice of any such change, addition to the terms of tY~e erformed thereunder. accompanying the same shall 1n n this bond, and it does hereby extension of time, alteration or contract, or to the work to be p Ferf'ormance Bond F~ge 1 of 2 This bond is given to meet the requirements of Article 5164, 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 Rgent Resident in Nueces County to whom any requisite notices may be delivered and ox1 whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.7.9--1, Vernon's Texas Insurance Code- Ip y,~~ggg >KHEREOF, this instrument is executed i^ 4 copies~,i each one of which shall be deemed an original, this the ~`r~ day of ` : 20fL.~• PRINCIPAL SLC CONSTRUCTION, LLC ,,, q ~7 BY1~~ ~!~~ ATTEST Shawn P/! Harvey, Manager (Print Nama 6: Title) SURETY SA'FECO INSURANCE MANY OF ANERICA The Rea3dent Agent of the fiurctp ~.a Dlceces CousstY, Texas, for deifvezp of AOt7.QA and serPicu oS Praceea is: ~n~t Contact Peraom: Addreea: Phone ]!Twgber: SWANTER & GORDON INSURANCE HOWAfLn._M_ CANsjy'FrI - PO BOX 870, 500 N. SHORELINE 12TIL- i'LO R w CORPUS CHRTSTI~ TX 78403-0870 361-883-1711 (NOTE: Date of PerPOrmaJ+ce Bond muse not Ae Prior t0 date o~ contra ct)(Revised 3/08) PerfOrmenCe Bond gage 2 of 2 HODSS ~~~ oANn ANDERSON INE C~E dba Insurance Alliance 1776 Yodctown, Suite 200 Houston,Taxas 77056.4114 TDllicense 81381 FEIN N760362043 POWER Liberty OF ATTORNEY Mutual. KNOW ALL BY THESE PRESENTS: Safeco Insurance Company of America Generel Insuance Company of Amenca 7001 4th Avenue suite noo Seattle, WA 99754 No. That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does hereby appoint '"'"'•`•""""'""C. W. ADAMS; HARLAN J. BERGER; SHARON CAVANAUGH; MICHAEL COLE; CHERYL R. COLSON;ANDREW J. JANDA; SUE KOHLER; JO ANN PARKER; LELAND L. RAUCH; DONALD E. 0 tts We and lawful attorney(s)-In-fact vMh full authority to execute on its behalf fidelity and surety bonds or untlertakings and other documents of a similar character issued in the course of Its business, and to bind the respective cempany thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21St day of Mamh 2W9 ' Stale of Washington i Greg Thomas, rstant Vice President County of King J ss~ ACKNOWLEDGEMENT On the 21st day of March 2009 ,before me personally came ree Thomas to me known, who being duly swum, did depose and say that he/she resides in Seattle ,that helshe is a Assistant Vice President of SAFECO INSURANCE COMPA~ !~~ 49 GENERAL INSURANCE COMPANY OF AMERICA, the Corporations described in and which executer~~llie~ ~ ~ ~~at helshe knows the seals of each Corporation; that the seals axed to said instmmenl are su ` 3 y , y 6~re so affixed by order of the B and of Directors of e~ch_Co^rp~loration, and that het she signed hisme~na~jF/~ rNOTARY ~ ~~/ d'~ /"6 t ~~L) = Marina ~izpeitia ti e._ _ .e. My commission expires lulu 61011 ''~~4~rF ~~t~~~RALS SURANCE COMPANY OAF AMERICA MERICA "ArtiGe V, Section 13. - r t 9TTRETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointedr for purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-In-fact or under other appropriate lifies with authority to execute on behalf of the company fidelity antl surely bonds and other documents of similar character issuetl by the company in the course of tts business. "The power of appointment granted in this paragraph fo the officers enumerated may be exerrJsed by each of them severally, regardless of fhe availability or unavailability of the other officers enumerated. On arty instmment making or evidencing such appointment, the signatures may be afiucetl by taceimile. "On any Inslrumem concerting such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking " I ~rgQgg V, ~.~»e..a of SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, do hereby cerfiry that the foregoing is a true and correct copy of ANGe V, Section 13 of the By-Laws of each corporation aM of powers of attorney executed pursuant thereto and that both said By-Laws and said Powers of Attorney are sgll In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each wrporation 9'~~ ~~ ~ tmoaaE a SEAL ~ 3r SEAL ~ 4~ t853 ~ rass 5-1274/SAFE 3/09 A~ q this day of _~ ~' George W. Crittenden, Assistant Vice President FRP Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain Information or make a complaint: 2 You may contact Home Office Surety at 1-20673-3799 3 You may call (company)'s toll-free telephone number for Infonnatlon or to make a complaint et: (800) 4726351 Surety Option #7 4 You may also wrNe to Safeco Insurance Company at: Safeco Plaza Seattle, WA 98185 5 You may contadthe Texas Department of Insurance to obtain Inforrttation on companies, coverages, rights or complaints a< (800) 2523439 6 You may v+rite the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax. (512)475-1771 Web: http:/M~vtv.tdi.state.lx.us Email: ConsumerProtection~tdi.state.bc.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document s~etzersa ~ror AVISO IMPORTANTE Para obtener Infonnadbn o para someter una queja; Usted puede contactar a seMclo de la oficina prindpal de Safeco Surety aI:1206.473-3789 Usted puede Namar al nGmero de telAfono gratis de (company)'s para infotmadbn o para someter una queja al: (800) 4725357 Surety Opcl6n De /f7 Usted tambir9n puede escriblr a Safeco Insurance Company Safeco Plaza Seattle, WA 88185 Puede comunicarse con el Departmento de Seguros de Texas para obtener infonnaddn acerca de compafifas, coberturas, derechos o quejas al: (800) 2523439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax (512) 475-1771 Web: http://w~vd.tdi.state.ix.us Email: GonsumerProtection@tdi.state.tz.us DISPUTAS SOBRE PRIMAS O RECLAMOS: SI tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el (agente) (la compafiia) (agente o la compafila) primero. Si no se resuelve la disputa, puede entonces comunicarse con el depattamento (TDI). UNA ESTE AVISO A SU POl-IZA: Este aviso es s61o para propbsfto de informadbn y no se convierte en pane o condid6n del documento adjurdo. 7(nP cart ID z1321 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYI7 ,,, 5 13 2009 PROWLER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HNS Ineernaeional Aigg HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10777 weeehelmer, Hnita 30o ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. eouetoa TX 77092-3454 (713) 978-6668 (713) 366-3703 INSURERS AFFORDING COVERAGE NAIL # INSURED INSURER A: Valle For B Insurance Co. 20508 BLC Construction, LLC INSURER O. Continental Casualty Compan 20443 INSURER G Travelers Lloyds Ina. Co. 41262 P O Box 639 TX 77305 C INSURER D'. Onroe INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDRION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIIXJS OF SUCH MAY PERTAIN , POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR OD' POLICY EFFECTIVE POLICY E%PIRATON POLICY WMBER LIMITS GEN93AL LIABILITY EACH OCCURRENCE $ 1 000 000 A X COMMERCIPL GENERAL LIABILITY 2093217769 5/15/2009 5/15/2010 PREMISES Ee oauren~ $ 100.000 CLAIMS MPDEOCCUR MED EXP (Pny one person) E 5,000 PERSONALSPDV IN.AIRY E 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT PPPLIES PER: PROWCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO LOC -site POllutton 1,000,000 AU FOMOBILE LIABILRY COMBINED SNGLE LIMIT E B X ANY AUTO 2093217738 5/15/2009 5/15/2010 IEa a¢itlert) 1,000,000 PIL OWNED AUTOS BODILY NJURY $ SCHEWLED AVTOS IPer person) MIRED AUTOS BODILY NJURY E NON-OWNED AUTOS (Per ecpdent) PROPERTY DPMAGE E (Per acatlentl GARAGE LIABILITY AUTO ONLY-EA ACCIDENT E ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: qGG $ E%CESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 2, 000, 000 B X OCCUR ~ CLAIMS MPDE 2093217741 5/15/2009 5/15/2010 AGGREGATE $ 2,000,000 DEDUCTIBLE $ X RETENTION $ 10, OOp $ A WORKERS COMPENSATION AND 2093217755 5/15/2009 5/15/2010 % VrC STATU- OTH- EMPLOYERS'LIABILITY EL EACH ACCIDENT E 1,000,000 ANY PROPRIETORIPARTNERIFJ(ECUT VE OFFICERRAEMBER EXCLUDED? EL. DISEASE-EA EMPLOYE E 1,000.000 II yes, describe antler SPECIAL PROVISIONSbelow EL. DISEASE-POLICY LIMIT $ 1,000.000 C OTHER BgpC- Leased/Rented QT6604269HBD9 5/15/2009 5/15/2010 Limit- any item: $300,000 C Installation Floater QT66D4268HBD9 5/15/2009 5/15/2010 Limit- $1,000,000 OESCPoPAON OF OPERATON31 LOCATIONS 1 VEHICLE31 E%CLUSIONS ADDED BY ENDORSEMENF I SPECIAL PRONSIONS EXTENSIONS OF COVBRAGB PROVIDED AS REQUIRED BY WRI TTBN CONTRACT: Blanket Additional Insured oa General Liability sad Automobile LSabalSty with primacy anon-contributory wording, including completed operaeione, on General LSaba11Cy1 Blankat Waiver of 9ubrogatSOn oa General Liability, Automobile Liability and WOrkere~ Compensation. Umbrella follows form. ReY: North Port Avenue, From I.H. 37 to U.H. 181, CSS#0916-35-155 cpanplcATE MoLDelx CANCELLATION SHOlAO ANY OF TFE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEE%PIRATION DATE THEREOF, THE 139UNG INSURER WILL ENDEAVOR TO MAIL 30 pAVS WRITTEN CS ty of Corpus Christi Department of engineering 9ervlcee NOUCE TO THE CERTIFICATE HOLDER NAMED TO TFE LEFF, BUi FAILURE TOW 80 SHALL Attn: Contract AdminSet YatOC IMPOSE NO OHLIGATION OR LIABILRY OF ANY HIND UPON THE IN3lA2ER, RS AGENFS OR PO Hox 9277 REPR~ENTATIVES. Corpus Chri etl TX 78469-9277 gUTHORIZED REPR~ENTATIVE ACORD 25 (2007/08) c0 ACORD CORPORATION 1888 gaga 1 of a s/33/aoos 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 constkute a contrail between the issuing insurer(s), authorized representative or producer, and the cert'rficate holder, nor does it affirmatively or negatively amend, extend or aker the coverage afforded by the policies listed thereon. ACORD Page 2 of 3 DESCRIPTION OF OPERATIONS SECTION CONTINUED ~ °A'~ City of Corpus Ch cieti SLC Coae trucCioa, LLC Department of Hngineering Hervicee Attn: Contract Adminiat rator P O Hox 639 PO Hox 9277 Conroe TX 77305 Co rpue Chrl ati T% 78469-9277 The City oY Corpus Chri eti ie named ea Additional Insured on the General Liability, Automobile Liability as requSred by written conCract. ooc ~~azoos> Page 3 of 3 crrr of coRatis cttrtlsTt DIttCLOStIRE OF Wi'ERBFSTS ~ ~sChr~tOroirance17112,asanrended,requirasallparaonsorflrtnsaeekMp4odob~n~w~ryy~Cgy,~ bwlnpinforrr~atlon, E1Orygmrrstbean~swQared. flthaqueetlonlsnotaPWk~abls,ansxerwRft~Nq". F~M~~__ G7.~~4N$TRUCTION. I, PG,~`~ S7REEiT: 1165 Rodeo Dr. Aransas Pass, TX '7~~.~.~... bP; - FfitM Is: _ 1. CotPoaaUon, X LI-~2 Partnership ~ 3. Sole Ovnter 4. Areodafbrr 5. Other D~CLOSURE QUESTIONS M add~ional spots is meaty. please use the re~repe side of this papa or aitadr eeparete sheet 1• State tiro names of reach 'employes" of the City of Coryus Chrhtl having an "ownership hrlarest' corratlhrttog 3x or ma re of the ownership In the above named "fim1'. ~~ N / A ~~ Title and CiLv beoerhraent fir known) Z Stat~tiaromaoofoach'oHlolaPOffhoCttyofCorpusCAristihavingan"aanetahlPh~ferast'oonstltrrting 37G or more of Ure ownerehryr In fhe above Warned "firm". ~ N/A ~ 3. Stab fhe naraaa of awah "board member' ottire Clty of Corpus Chrlstf havhrg an "owrrsrehip interest" ooaatlWtinp 3x w ma•a of the ownership In fhs above naarsd'Ylrm". ~ N/A ~. Sfat~ the twrrrea of soda empbyea or ot'Aoar of a "eorlsufiaraP' forthe City of Cgrpue Chrbti who worked on arty maCarrelrrbed tathnaubjectotthlseontrastand lusan"ownerehlpkrtanst" owatlhmng sxormaraof tics owneraldp M firs avow romed "thm'. ~~ N/A Ct=ttTIFICATE I tlaet eJl fnlorrrratior Provided b true and coned as of tlr$ data of Mis statement, brat 1 have not Ivrorri vriUdleldmdosUre ofarty 4rlhmwtlon requested; and tlretsrrPPknrerdal stabmariewi~ be promptlyeubirNt6adtottre~i of Ci»pw Clsletl, Teams as diangas occur. ,p ~ CettEylrrpParson. Sara L. Clark TItNt ~('!~P'rV'~RD>~ ,~d-~J e or rin 9g~l ,^, (1 n 1 SlgnabaaofCertlryingParsan• __ /I.VY ~ l x~i1~~L per; Feb. 25, 2009 peor~osiv. raowe ADI)SNDT7IK NO_ 1. P'~ s' of ~ ATTACxiNiBIVT NO.1 DEFMIITIONS a. "board Member'. A member of eny board. oanmission or committee appalnhd by fire Chy- Courrcp of the City of ~+Pr~ Chtisp, Terms. b. "~Woyee'. ~ypencm empblred by the qty oFCiorpus qutstt, Texas, el9rar on a full or parHime basis, but rates an Mxlependerrt oontra,•~ ! a ~~~• Nn eMitY opsrrlsd for eoonan~ic psfn, r Wol~ionel indu~al or comnwrdai and wheU~er ~tulBbNstrd Produce ar deal v~dh a product or Berv(Oe. tidudinp but not~inNed b, er~los operalad N 81e form of Ip, mi seM~mpbyad person, par6>ershtq sgpo~on~ !~ s6odt compa'eY. ob-t vaMwe, tp ortruet an f arrgAes wh , tier putpoeee d eexauon, are rieeted as tan•proflt orpen~ons, d• . 'the Mayo , members of theq~y Counu7 CAy trDanager, CRyr Nan~~ AastatantC.igr dtaeapers, herd and DNisicn Heads and Munktpal Court Judges of }he CoF Oorpus Cbrlsg, Tmeae. e. "Oamerehtp !Merest". legal ar eauflable lnleresf, wtx3tlrer erdualy orcorrstruotMMy held. in a flan, h-dud4rp when eslabYafredtifnooghvoheghtr~~ aPeofalterms~ve "oar spr~agroemsr~aroontrd f. ~Corrst9far~ Any pers~m or flrtn, such ae engbtaers atM amt>f6ects, Nred b!' if» City o/ Corpus Christi for the ta!-pose of Professional corrcWgtion snd ~. AADBNAUM Nt7.1 P ATTACI~IV~VT NO.1