Loading...
HomeMy WebLinkAboutC2009-302 - 7/21/2009 - Approvedn . ~ .... ~ ?oar-3o~ ~~I.f o~~r1.f 0/ o~/~~io~ H & G Contractors SPECIAL PR~~TISZ SPECI~'ICATI~NS AND ~'~RMS ~~' CONTRACTS AND BANDS ~aR LACUNA MADRE I&I SANZTARP SEWER MANHOLE AND GRA~TITY C~LLECTICN LINE REPLACEMENT/REHABILITATION F4R ~~P~i~F~T~~l~f ~ ~ ~ ~ ~~ uvM. r: ~. ~¢~9~Q 637zt4~p ~~cc~ii 4 ~' ,,,~j~.~,''~'6~ s /^/ ~C• ~, `~ ~~I WASTEWATER DEPARTMENT CITY QF CoRPUS CHRISTI, TEXAS Phone: 361/825-1804 Fax: 361/86-1715 I Crt~~ o~L'arpus Christi ~A~TE~ATER DEPARTr~lEA'T AND DEPARTMENT OF ENGINEERING SERVICES G ~/ 7" V 7 CITY OF CORPUS CHRISTI, TEXAS Phone: 361/826-3500 P~oj~~- ~~9,~~ Fax: 361/826-3501 4~~~~ti~~~1 , .~ ~~ O F ~~~' ~~ i •a~ a ~- a as +~ . ~ ,, ~~ ~ ~~ .a~~~~iaa~~aaw~~ari~~aERiI~IAN'r ~ M~RTiN K. TIM ~' ~~'~' ~~ X38 ; ~~ ~ ~~'~f~~~S~~.~+~~ ~~,~ ~~ ss .,.... ~~ ~1 1~i~t~l~~.~° ~t`. . -G ' PROJECT NO: 7401 ~~~ : . ~~ ~~~ (Revised 7/5/00) LAGUNA MADRE I&I SANITARY SLWER MANHOLE AND GRAVITY COLLECTION LINE REPLACLMF~NT/REHABILITATION TABLE GF CONTENTS NOTICE TO BIDDERS (Revised 7/5/00) NOTICE T4 CONTRACTORS _ A Revised Sept. 2aao} insurance Requirements , NOTICE TOCONTRACTORS - B Revised 7151 Da} Worker's Compensation Coverage for Building or Construction Projects Far Government Entities SECTION A -SPECIAL PROVISIONS A-1 Time and Place ofReceiving ProposalslPre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 ztems Submitted with Proposal A-6 Time of CompletionlLiquidated Damages A-7 Workers Compensation Insurance Coverage A-S Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates Revised 7151 Da} A-11 Cooperation with Public Agencies Revised 715100} 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 DisposallSalvage ofMaterials A-17 (NOT USED} A-1 S Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification A-21 ~est~g~s SNOT USED} A-22 MinoritylMinorityBusmess Enterprise Participation Policy Revised 10198} A-23 ~N4T USED} A-24 Surety Bonds A-25 ~~ ENO LONGER APPLICABLE} X6111195} A-26 Supplemental Insurance Requirements A-27 ' ' ' SNOT USED} A-2S Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contact" Requirements A-31 Amended Policy on Extra Work and Change Qrders A-32 Amended "Execution of Contract" Requirements A-3 3 Conditions of 'Work A-34 Precedence of Contract Documents A-3 5 ' ' ' ~NGT USED} A-36 Other Submittals Revised 911$100} A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-3S Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 (NOT USED) A-4Q Amendment to Section B-$-b: Partial Estimates A-41 9~ene- SNOT USED} A-42 OSHA Rules & Regulations A-43 Amended Indemnification B~ Hold Harmless X9198} A-44 Change Orders ~4lZb199} A-45 As-Built Dimensions and Drawings X7151 Q4} A-4b SNOT USED} A-47 SNOT USED} A»48 Overhead Electrical Wires X715140} A-49 Amended "Maintenance Guaranty" X8124140} A-54 Plan Sheets A-51 Bypass Pumping Operations . SNOT USED} A-53 Protection of Existing Facilities A-54 Video Documentation A-55 Trench Safety A-5b Confined Space Entry Requirements A-57 Pavement Restoration and Project Clean-up A-5 S Rehabilitation of Existing Manhole A-59 Method of Sanitary Sewer Line Rehabilitation A-b4 Internal Combustion Engines for Generators A-bl Re-routing of Traffic During Construction A-bZ Qualifications of Manufacturer's Field Service Representatives A-b3 Point Repairs and Extra Length of Point Repairs A-b4 Errors and Omissions A-b5 Lack of Information A-bb Amended General Provisions B-2-7 Preparation of Proposal A-b7 Measurement and Payment of Subsidiary Items of Wark A-b8 PrequalificationRegmrements A-b9 Reconnec#ian of Services A-70 Restoration of Services A-71 Restoration of Private Property A-7Z DewateringlWellPomting A-73 Access to Private Properly A-74 Pipe Trench Bedding and Backlill A-75 Manhole Corbel Removal A-7b Finish Elevations of Manholes A-77 Information on Plan and Profile Sheets A-78 Existing Pipe Materials A-79 Service Lateral Repairs A-g0 OT USED} A-81 Electronic Bid Submittal A-82 Storage, ,Access and Security A-83 Stormwater Pollution Prevention A-84 Dust Control A-85 Noise Control and'Working Hour Restrictions A-8b Other Accessibility Requirements A-87 Delivery Order Program A-88 Bid Evaluation ATTACI~VIENT I -TELEVISED INSPECTION REPORT DATA REQUIREMENTS AND VIDEO RECORDING LABELING REQUIREMENTS SECTION B - GENERAL PROVISIONS SECTION C - FEDERAL WAGE RATE AND REQUIREMENTS SECTION S - STANDARD SPECIFICATIONS 022020 Excavation & Backfill for Utilities & Sewers ~S-9} 022022 Trench Safety for Excavations 022100 Select Material ~5-15} 022420 Silt Fence ~5-97} 025205 Pavement Repair, Curb, Gutter, Sidewalk, Driveway Replacement ~S-54} 025215 Cement Stabilized Caliche Base ~5-47} 025404 Asphalts, Oils and Emulsions ~5-29} 025610 Concrete Curb and Gutter ~5-52} 025612 Concrete Sidewalks and Driveways ~5-54} 027203 Vacuum Testing of Sanitary Manholes and Structures 027205 Fiberglass Manholes 028300 Fences Relocation ~5-12} 032020 Reinforcing Steel ~S-42} SECTION T - TECHNICAL SPECIFICATIONS i T-000100 Submittal Transmittal Form T-021020 Site Clearing and Stripping ~S-5} T-021040 Site Grading 45-6} T-021050 Removing Old Structures T-022004 Control of Ground W titer Well Pointing} ~. T-022150 Cement Stabilized Sand T-025220 Flexible Base-Caliche ~5-24} T-025412 Prime Coat ~S-30} T-025424 Hot Mix Asphaltic Concrete Pavement Class A} ~5-34} T-025612 Concrete, Sidewalks & Driveways T-025614 Concrete Curb Ramps T-025802 Temporary Traffic Controls During Construction T-027602 Gravity Sanitary Sewers ~5-61} T-027606 Sanitary Service Lines T-027610 Televised Inspection of Conduits ~5-125} T-027615 Sanitary Sewer Rehabilitation 1 Pipebursting ~5-75} T-028040 Sodding ~S-$} T-030020 Portland Cement Concrete X5-40} _ T-03 5000 Concrete Structures T-05 5420 Frames, Grates, Rings and Covers LIST OF DRAWINGS (TOTAL 39 SHEETS) NOTICE AGREEMENT PROPOSALIDISCLOSURE STATEMENT PERFORMANCE BLIND PAYMENT BOND NDTICB TO SIDDBRS Sealed proposals, addressed to the City of Corpus Christi, Texas for: La a Madre I&I Saaita Sewer Manhole aad Gravit Collectioa Liae Replacement/Rehabilitati~aa consists of wastewater Collection System improvements .,~. in the Laguna Madre Basin and Allison Basin Service Areas, Base Bid Part A and Base Bid Part B respectively. The scope of work includes the rehabilitation and replacement of manholes with improvements to adjacent gravity lines including pipe bursting, replacement and point repairs to adjacent gravity lines ranging from 8" to l8" in diameter The work also includes trench safety, well pointing, bypass operations, traffic controls and appurtenances in accordance with the plans, specifications and contract documents; and will be received at the office of the City Secretary until 2:00 p. m,_ on W~edaesda March Z5. Z009 and then publicly opened and read. Any bid received after closing time will be returned unopened. The contract also includes provisions for emergency and non emergency conditions. This project is set up as an INDEFINITE DELIVERY INDEFINITE QUANTITY ~IDIQ} contract to be executed through multiple task orders delivery orders} with multiple option years. The initial contract will be for one base year with two possible one-year extensions. A pre-bid meeting is scheduled for Wednesday Marchr~lS,~2,009 at 10:00 a.m. in the Engineering Services Main Conference Room on the 3 f loor of City Hall, located at 1241 Leopard Street, Corpus Christi, Texas. The pre-bid meeting will be conducted by the City, and will include a discussion of coordination of the work between the City and the Bidders. 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,ODD.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 farms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and ao/100__„Dollars ~$5~ 0.04} 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 t$10.D0~ which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project . The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY of CORPvS CHRISTI, TExAS /s/Pete Anaya Director of Engr. Services /s/ Armando Chapa City Secretary NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYEE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on Bodily Injury and Prop®rty Damage all certificates PER OCC[TRRENCE I AGGREGATE Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NQN-~QWNED $1,000,D0D 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 $1,00D,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental 0 REQUIRED discharge; to include long-tern X NOT REQUIRED enva.ronmental impact for the disposal of contaminants BUILDERS' RISK See Section 8-6-11 and Supplemental Insurance Requirements D REQUIRED X NOT REQUIRED INSTALLATION FLOATER $140,000 Combined Single Limit See Section B-6-11 and Supplemental ~~Insurance Requirements ~ REQUIRED X NOT REQUIRED Laguna Madre I&I Sanitary Sewer Manhole Notice to Contractors -~ A and Gravity Collection Line Page 1 of Z Replacement/Rehabilitation NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION INSURANCE REQUIREMENTS Page 1 of l 1 Texas Administrative Code TITLE 28 INSURANCE PART 2 TEXAS DEPARTMENT OF INSURANCE, DIVISION OF WORKERS' COMPENSATION CHAPTER 110 REQUIRED ATOTICES OF COVERAGE SUBCHAPTER B EMPLOYER NOTICES RULE §110.110 Repvr~ing Requirements fvr Bullc~ing or Construction Projects for Governmental Entities ~a} The fallowing 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 defned. ~ 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-S 1, TWCC-S2, TWCC-S3, or TWCC-S4}, 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 orconstruction--Has the meaning defined in the Texas Labor Code, §406,096~e}~~}. (3) Contractor--A person bidding for or awarded a building or construction project by a governmental entity. ~4}Coverage--'L~orkers' compensation insurance meeting the statutory requirements of the Texas Labor Code, §401.011 X44}. ~5} Coverage agreement--A written agreement on farm TWCC-81, form TWCC-S2, form TVL~CC-S3, ar form TV~CC-$4, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employerlemployeeond establishes who ,will be responsible for providing workers' compensation coverage for persons providing services on the project. ~6} Duration of the project--Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. ~7}Persons providing services on the project ~"subcontractor" in §406.096 of the Act}--Vl~ith the exception of persons excluded under subsections ~h} and ~i} of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the project. Page 2 of 11 "Services" includes but is not limited to providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. ($}Project--includes the provision of all services related to a building or construc#ion contract far 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 ail 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 certif cafes of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may sub ject the contactor 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 f le for the duration of the project and far three years thereafter; (G} provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (?}use the language contained in the fallowing Pigure 1 for bid specifications and contracts, without any additional wards or changes, except those required to accommodate the specif c document in which they are contained or to impose stricter standards of documentation: Attached Graphic 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 f ling 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 certif sate of coverage showing extension of coverage, if the coverage period spawn 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 f le certificates of coverage shaving 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 certif cafe of coverage ends during the duration of the project; ~5}retain all required certif cafes 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 pasting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 paint 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 ~$} contractually require each person with whom it contracts to provide services on a project to: ~A} provide coverage based on proper reporting of classif cation 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 certif cote of coverage to the contractor prior to that person beginning work on the project; ~C} include in all contracts tv 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 shaving extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ~E} obtain tom 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 iii} prior to the end of the coverage period, a new certif cate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ~F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ~G}notify the governmental entity in writing by certified mail or personal delivery, within ten days aver 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 ta~the person for whom they are providing services. fie} A person providing services on a pro j ect, other than a contractor, shall: ~ ~ }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 f ling of any coverage agreements; ~2} pravide a certif Cate 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 erson si in P ~ g 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 classif cation 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 B.egulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions." ~4} pravide 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 certif sate of coverage ends during the duration of the project; ~S}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 certif sate of coverage ends during the duration of the project; Page 5 of 11 ~6}retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ~7} notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days aver the person knew or should have known of the change; and ~S}contractually require each other person with whom it contracts to: ~A} provide coverage based an proper reporting of classif cation 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; ~}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 certif cafe of coverage, prior to the other person beginning work on the project; and iii} 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 certif cafe of coverage ends during the duration of the contract; ~F} retain all required certificates of coverage on file for the duration of the project and for one year thereafter; ~C) 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 ~} 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. ~~} if any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. ~g}This rule is applicable for building or 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 b of 11 ~h) The coverage requirement in this rule does not apply to motor caririers who are required pursuant to Texas Civil Statutes, Article bb75c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article bb75c, §4~). ~i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate off cers who meet the requirements of the Act, §40b.497~c}, and who are explicitly excluded from coverage in accordance with the A.ct, §40b.097~a~ has added by Douse Bill 10$9, 74th Legislature,1995, § 1.20). This subsection applies only to sole proprietors, partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or aver January 1, 199b. Source Note: The provisions of this § 110.110 adopted to be effective September 1,1994,19 TexReg 5715; amended to be effective November b, 1995, 20 TexReg Sb09 Page 7 of 11 T28S 110.11 U(d)(7) "REQUIRED WORKERS' C4~PENS~4T.~~.~ C4VERACE" "The law requires that each person wor~'ng on this site ar providing services related to this construction project mast be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor ar transportation ar other service related to the project, regardless of the identity of their employer or status as an employee. " "Carl the Texas YYorkers' Compensation Commission at 51 Z-44D-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. " Page S of ~ ~ T28S 110.110(c)(7) article .Workers' Compensation Insurance Coverage. ~4. Defanitions: Certificate of coverage ("certi,~cate')- ~ copy of a certi icate of insurance, a certificate of authority to self insure issued by the commission, or a coverage agreement (T~YCC-$~, ~CC~ S2, I'WCC-83, or ~'WCC-S4), 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 X406, 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, teasing companies, motor carriers, owner operators, employees of any such entity, ar employees of a~ entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, ar delivering equipment or materials, or providing labor, transportation, or other service related tv a project. "Services" dues not include activities unrelated to the project, such as foodlbeverage vendors, office supply deliveries, and delivery of portable toilets. .B. The contractor shall provide coverage, based on proper reporting of ciassi ication codes and payroll amounts and filr'ng 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 cert~cate of coverage ends durr'ng the duration of the project, the contractor must, prior to the end of the coverage period, ale a new certi icate 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: (I) a cert~cate of coverage, prior to that person beginning work on the project, sa the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (Z) no later than seven days after receipt by the contractor, a new cert~cate of coverage showing extension of coverage, if the coverage period shown on the current cert~cate of coverage ends during the duration of the project. Page 9 of 1 ~ ~'. The contractor shall retain all required cert~cates of coverage for the duration of the project and for one year thereafter. G. The contractor shalt notify the governmental entity in writing by certi ied mart 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 N~"orkers' Compensation Commission, informing alt persons providing services an the project that they are required to be covered, and stating haw a person may verify coverage and report lack of coverage. 1: The contractor shall contractually require each person with whom it contracts to provide services on a project, ta: (1} provide coverage, based on proper reporting of classification codes and payroll amounts and jlling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 4D1. Dl l (44} for all of its employees providing services an the project, for the duration of the project; . (2} provide to the contractor, prior to that person beginning work an the project, a certi ~cate of coverage showing that coverage is being provided far alt employees of the person providing services an the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new cert~cate of coverage showing extension of coverage, if the coverage period shown on the current cert~cate 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} note the governmental entity in writing by certified mail or personal delivery, within to days after the person knew or should have known, of arty change that materially affects the provision of coverage of any person providrngservices on the project; and (7} contractually require each person with whom it contracts, to perform as required by paragraphs (1} ~ (7}, with the cert~cates of coverage to be provided to the person far whom they are providing services. J. ~y signing this contract or providing or causing to be provided a certificate o, f 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 wilt 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 a se f insured, with the commission's ~ivrsron of Self Page l~ of 11 Insurance Regulation, Providing false or rnisdeading Information may subject the contractor to administrative penalties, critnrnal penalties, civil penalties, or other civil actions. K. T'he contractor's failure to comply with any o, f 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 ~ ~ of 11 SECTION A -SPECIAL PROVISIONS LAGUNA MADRE ICI SANITARY SEWER MANHOLE AND GRAVITY COLLECTION LINE REPLACEMENT/REHABILITATION PROJECT N0. 7401 SECTION A - SPECIAL PROVISIONS A-1 Time and Place of Receivin Pro osals/Pre-bid Meetin Sealed proposals will be received in conformity with the official advertisement inviting bids for the project. ,Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 3.201 Leopard Street, until 2:00 p.m._ on Wednesday, March 25, 2009. Proposals mailed should be ~_ addressed in the following manner: City Secretary's Office City of Corpus Christi 12D1 Leopard Street Corpus Christi, Texas 784D1 ATTN: BID PROPOSAL -LACUNA MADRE I&I SANITARY SEWER MANHOLE AND GRAVITY COLLECTION LINE REPLACEMENT/REHABILITATION PROJECT No. 7401 An ro osals not h sicall in ossession of the Cit Secreta 's office at the time and date of bid o enin will be deemed late and nonres onsive. Late ro osals will be returned uno ened to the ro oser. The ro oser is solel responsible far delivery to the Cit Secretary's Office. Delivery of any ~ro osal, b the ro oser, their a ent/re resentative, U.S. Mail, or other delive service ~to~ an Cit address or office other than the Cit Secreta 's Office will be deemed non-res onsive if not in ossession of the Cit Secreta 's Office rior to the date and time of bid o enin . A pre-bid meeting will be held on Wednesday, March 18, 2009 beginning at 1Q:OQ a.m. The meeting will convene at the Engineering Services Main Conference Room,' Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. If requested, a site visit. will follow. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Descri tion of Pro'ect La na Madre I&I Sanita Sewer Manhole and Gravit Collection Line Re laeement/Rehabilitation consists of Wastewater Collection System improvements in the Laguna Madre Basin and Allison Basin Service Areas, Base Bid Part A and Base Bid Part B respectively. The scope of work includes the rehab and replacement of manholes with improvements to adjacent gravity lines including pipe bursting, replacement and point repairs to adjacent gravity lines ranging from 8" to 1$" in diameter The work also includes trench safety, well pointing, bypass operations, traffic controls and appurtenances in accordance with the plans, specifications and contract documents. The contract also includes provisions for emergency and non-emergency conditions. This project is set up as an INDEFINITE DELIVERY INDEFINITE QUANTITY ~IDIQ) contract to be executed through multiple task orders delivery orders with multiple option years. The initial contract will be for one base year with two possible one-year extensions. Page ~ of 44 A~-4 Method of Award Bids will be evaluated based on~the following order of priority, subject to the . availability of funds: . . 1. Base Bid A, and Base Bid~B individually, or combined. The City intends to award the contract to single ar multip~.e contractors within the available project funding. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City,'s opinion, is most advantageous.to the City and in the best interest of the public. ~ ~ ' The contractor is provided hypothetical scenarios to establish the unit cost and application. These scenarios will be the basis for each of the Base Bids and will be used for EVALUATION PURPUSES ONLY. The actual contract award will be as follows: 1. Base Bid ~ A, Laguna Madre basin ~~ service area, will be awarded for $750 ~ 000 . Individual delivery orders with specific quantities, unit Cost, and durations will be issued from this base award; 2. Base Sid B, Allison basin service area, will be awarded for $500,000.. Individual delivery~..orders with specific quantities, unit cost, ~ and durations will~be issued from this base award. The contractor proposed~unit~cost will be used to determine the actual delivery order ~f final price . The anticipated construction values shown above are based on current anticipated budget allocations, the Contractor will have no~, basis for a claim against the City if the. actual amounts are less than the anticipated amounts. Upon approval of the City Engineer and~notice~to Council, this contract may be renewable for .up to ~2y additional one--year calendar periods with economic adjustments which take into account any change in construction costs. A--5 Items Submitted with Pro oral .~ The following items are required to be submitted with the proposal: ~.. 5a Bid~Bond Must reference LACUNA MADRE I&I SANITARY SEWER~MANHOLE AND GRAVITY COLLECTION LINE REPLACEMENT/REHABILITATION PROJECT No.7401 as identified in the Proposal). ~A Cashier' s Check, certified check, money order or bank draft front any State or Nat~.onal Bank will also be acceptable.y 2. Disclosure of Interests Statement ,..~A-6 Time ~of Corn letion/Li idated Rama es To minimize inconvenience to the general public and to minimize their exposure to dangerous conditions, the Contractor will be required to adhere to stringent schedules for construction. Substantial completion for individual delivery orders shall be based on satisfactory work, completed in accordance with the plans, specifications, .and other contract documents and verified and approved in writing by the City. . Page 2 of 40 The working tune for completion of the Project. shall be as specified is each Delivery Order to this contract and will typically be based oa a production rate of approximately tea X14} calendar days per manhole to be replaced. seven 47} calendar days per manhole to be rehabilitated. five ~5} caleadar days per 20 liaear feet ELF} of gravity collection lice pviat repairs and one ~1} caleadar day per 24 liaear feet ELF} of gravity collection line pipe bursting. The working time for non-emergency delivery orders will be counted from the date the delivery order is approved. Within 24 hours after receipt of written notice to proceed from the Director of Engineering Services or designee ~"City Engineer"} the contract shall mobilize, place traffic controls and commence work. See Special Provision A-87 for supplemental information and emergency order guidelines. The Contractor shall commence work within ten X10} calendar days of the notice to proceed. nays Allocation for Raia; The Contractor shall anticipate the following number of work days lost due to rain in determining the contract schedule and for each stage of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Corpus Christi International Airport is 0.54 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 Each Delivery Order will include a specific a period of performance in Calendar Days. For each calendar day that any work remains incomplete after the time specified in each Delivery order for completion of the work, or after such time period as extended pursuant to other provisions of this Contract, $500.00 er calendar day will be assessed against the Contractor as ~.iquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services City Engineer} may withhold and deduct from monies otherwise due the Contractor from the monthly pay estimate the amount of estimated liquidated damages due the City. A-7 workers Compensation Insurance Coverage If the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement _ workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. - Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be Page 3 of 44 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 an 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~S Faxed Pro osals 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 Wa a Rates Revised 7/5/00 Labor preference and wage rates for Heavy and (Highway and Heavy}.Construction. In case of conflict, contractor shall use the higher wage rate. Minimum Prevailin Wa a Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in .the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars 4$60,00} per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate retard showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.} one and one-half X1.5} times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. See Section B-1-1, Definition of Terms, and Section B-7-G, Working Hours . } .. A-11 Coo eration with Public A eacies Revised 7/5/00} The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty-eight ~4$} hour notice to any applicable agency when work is Page 4 of 40 anticipated to proceed in the vicinity of any facility by using the Dig TESS 1-500-344-8377, the Lone Star Notification Company at 1-.800-669-8344, and the Verizon Dig Alert at 1-800-483-6279. In addition, the Contractor shall notify City Traffic Engineering at X361}826-1610 or the City Call Center at {361}825- CITY when working at or near any signalized intersections. For the Contractor's convenience, the following.~telephone numbers are listed. City Engineer Project Engineer Traffic Engineer Police Department Water Division Wastewater Services Div. Gas Division Storm Water Parks & Recreation Street & Solid Waste Services AEP SSC/ATT Verizon Dig ALERT City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision Regional Transportation Authority {RTA} 826-3540 Goldston Engineering, a CH2M Hill Company 210 S. Carancahua, Suite 200 Corpus Christi, Tx 78401 Phone: 888-8100 Fax: 888-8600 826-3540 882-1911 826-1880 {880-3140 after haurs} 826-1818 {SSO-3140 after hours} 885-6900 {885-6900 after hours} 826-1881 {880-3140 after hours) 826-3461 826-1970 299-4833 {693-9444 after hours} 881-2511 {1-800-824-4424 after hours} 1-800-483-6279 826-1946 s25-1960 857-5000 {857-5060 after hours} 2$9-2712 A-12 Maintenance of Services The Contractor shall take all precautions in protecting existing utilities, both above and below ground. _ r r ~ i.~ti•+1+1/ • iivrrv r v+» , vr~v •rww.r.rwr...~l ~.~~~ ~ ~ ---L - - - _ -- - -- -- _ -~ 3.~~.~-~~ ~ ~~ ~n~-~a~~°a . - It is the Contractor' s sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the lice of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the.work as intended at na increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and interfered with {i.e. broken, cut, etc.} flow must be maintained. Sewage or other liquid must be handled by the Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remed~iatian that may result if sewage or ether liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Page 5 of 40 Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A~13 Area Access aad Traffic Control -- Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of ~~~~-~-*^a ~~~°~~ ~~cold asphalt mix of 2 inches thick for residential access and 4 inches thick for commercial access during wet weather. The Contractor must maintain a stockpile available to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, Construction of temporary ramps, etc. Special atteatioa is drawn to Traffic Control Plans and special details for resideaces and businesses. The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. . ' All costs far traffic control plans, i.e. . preparation of plans, approval and permit from the City, and implementation of the plan on each site for the duration required will be included in the per day items as listed in the Proposal Form. If the site needs any adjustment in the traffic control sign location, which may be required for safety of traffic and pedestrians, no additional payment for the implementation and enforcement shall be made to the Contractor. A-l4 Constructiori E i meat S illa a and Trackin The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job- related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the workday or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 Excavation aad kemovals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, structures, sidewalks, etc., are to be considered subsidiary to the bid item for "fir-eel ~Rr^.~Yr.~~ ~,~' , "Point Repairs" , "Replacement of Manholes" and "Rehabilitation of Manholes"; therefore, no direct payment will be made to Contractor. Page ~ of 40 ~ A-16 Dis veal/Salvo a of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor tsee Special Provision A-5.7.x. The cost of all hauling and disposal is considered subsidiary; therefore,• no direct payment will be made to Contractor. ~., A-17 Field Office SNOT USED A-18 Schedule and Se ante of Constructioa The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three ~~3 working days prior to the pre- construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three ~3} days prior to the Pre-Construction Meeting an initial Construction Progress Schedule for review. 2. Items to Include: Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. It is anticipated that, in general, the project will proceed in this order: a. Rehabilitation by pipe bursting or point repairs of the existing gravity collection line; b. Replacement/Rehabilitation of the existing manholes; c. Televising of the existing line after rehabilitation; d. Project site clean-up and restoration, including backf filling of excavated pits, and pavement repairs/replacements. The Contractor may elect to divide the proposed sanitary sewer line rehabilitation into sections of reasonable length and complete said sections __ individually. If so, the lengths, locations, and proposed sequence of these sections shall be included in the work plan submitted to the engineer, as described above, for review and approval. The Contractor shall specifically note the requirements of General Provision B-G-17, Use of a Section or Portion of the work, as related to pursuing the work, in the manner described above. .. 3. Submittal Dates: Indicate submittal dates required for all submittals for the entire project. Page 7 of 44 4. Re--Submission: Revise and resubmit as required by the City Engineer. 5. Monthly_Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. It is the meaning and intent of this Contract that the Contractor shall be allowed to prosecute his work at such times and seasons in such order or precedence and in such manner as shall be the mast conducive to economy of construction, subject to the following conditions: A. The schedule of construction shall be structured to meet all requirements of Section A-6 'Time of Gompletioa/Liquidated Damages" and as noted above. S. The schedule of construction shall not conflict with any provision of the Contract Documents, and also that when the City is having other work done, either by contract or by City forces, the City Engineer may direct the time and manner of constructing the work done under this Contract so that conflicts will be avoided and the construction of various works being done for the City will be harmonized. C. Traffic control is essential to maintaining public safety and flow of traffic. The Contractor shall be aware of other construction projects occurring in the area and shall coordinate scheduling, traffic control, maintenance of services and street access with other contractors. D. Contractor shall coordinate and cooperate with the City far construction scheduling and traffic control modifications for special events that will occur during the period of the Contract. E. The Contractor shall provide temporary access to residential driveways whenever safely possible. Access to any residential driveway must not be blocked for more than 5 Calendar Days the Engineer must be notified 5 Calendar Days in advance of any driveway closure. F. The Contractor must provide solid waste pickup services whenever access by the normal service is blocked by construction activities the Engineer must be notified 5 Calendar Days in advance of any solid waste .pickup service disruption. See Section A-58 fox additional information. G. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after. 6:30 p.m. without prior approval from the Engineer. A-19 Construction Stakia The drawings may depict but not necessary include: lines, slopes, grades, sections, measur-events, bench marks,~baselines, etc. that are normally required to construct a project of this nature. . r . The Contractor shall furnish all lines, slopes and measurements necessary for control of the work. . . . , . . . . If, far whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City ar Consultant Project Engineer prior to deviation. If, in the opinion of the City or Page S of 40 Consultant Project Engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or Consultant Project Engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process . Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2} personnel for the purpose of assisting the measuring of the completed work. The Contractor shall provide the following certification for documentation and verification of compliance with the Contract Documents, plans and specifications. Said compliance certification shall be provided and prepared by a Third Party independent Registered Professional Land Survey ~R.P.L.S.} licensed in the state of Texas retained and paid by the Contractor. Any discrepancies shall be noted by the Third Party Surveyor and certify compliance to any regulatory permits. Following is the minimum schedule of documentation required: Wastewater: All rim invert elevations at manholes; All intersecting lines in manholes; Casing elevations stop of pipe and flow line)~TXDOT and RR permits}. See Special Provision A-45 for additional requirements. A-20 Testis and Certification All tests required under this item must be performed 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 re-testing 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 Pry~ect Signs SNOT nSED} ,. 1 ~ ~ , . . s A-22 Minoru /Miaorit Business $nte rise Partici atioa Polio Revised 10/98} 1. Polio ' ' 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 Page 9 of 40 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. Minorit Business Enter rise: A business enterprise that is owned and controlled by one or more minority persons}. Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority persons} must collectively own, operate and/vr actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned ~a}~ For a sole proprietorship to be deemed a minority business enterprise, it must be awned by a minority person. fib} For an enterprise doing business as a partnership, at least 51.0% of the assets or interest in the partnership property must be owned by one or more minority persons}. ~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 persons}. 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority persons}. 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0% ar more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract __ payments, and any other monetary distribution paid by the business enterprise. d. Minorit 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. mare women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. Page ~ o of 4U 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 Baal 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 54.4°s of the contract work itself and in which a minority joint venture partner has a 50.4% interest, shall be deemed equivalent to having minority participation in 25.D°s of the work. Minority members of the jaint venture must have either f financial, managerial, or technical skills in the work to be performed by the jaint venture. 3. 4. 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 $aterprise (Perceat~ Participatioa ~Perceat~ 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 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. Com Hance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utili2ed an 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- weekl a rolls in a timely fashion or to submit overall participation YpY information as required. A-23 Tas action Re fired Revised 7/5/40y~NOT VSED~ . . . . . . . Page 1 ~ of 40 A-Z4 Surety Boads Paragraph two ~2} of Section 8-3-4 of the General Provisions is changed to read as follows "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent ~10~} of the Surety Company's capital and surplus, the. Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has re-insured the portion of the bond amount that exceeds ten percent t10~} of the Surety Company's capital and surplus with re-insurers} authorized to do business in the State of Texas. The amount of the bond re-insured by any re- insurer may not exceed ten percent ~10~} of the re-insurer'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 re-insurer 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 re- insurer that is Certified by the United States .Secretary of the Treasury and that meets all the above requirements. The insurer or re-insurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-~5 Sales Tax Exemptio~x 6/11/98} SNOT USED ~~~~~~ a.+ L 1 Vlc.l, 7MP1 ~"~~ ia.rJi wrwa.....l~,v~.. _~ ~'_i .. _ r. 1~.~a_ i~r.~iR.Z-~~~V~ ._----. -'- ---- - - - - w 1 . 1 1 l f / 1 1 1 1 . , ~ 1 1 ~ , 1 1 • . 1 / , 1 1 1 1 1 ~ w 1 / 1 1 / . 1 1 1 i 1 1 ~ 1 1 • Page ~2 of 4~ ~ . ' . . • . ~ , 1 .ww~^rL..~_L r1-~-8~13~3 ~3-e-1~ An~~~VVY V V ~ ' A-26 Su lemental Insurance Re irements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of Cancellation or material change that. reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material than a to: 1. Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Address:P.4. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 The Contractor shall provide to the City Engineer. the signed endorsements, or copies thereof certified by the insurer, within thirty X30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty X30} calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B-6-11 ~a} of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, far 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 Res oasibilit for Dama a Claims ~N4T USED} Page 13 of 40 1 . , ^ . 1 1 / / 1 1 . , 1 1 ~ / ~ 1 1 ~ 1 / . . 1 . 1 . / . 1 / A-Z8 Coasideratioas for Coatract Award aad Execut_ioa 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 42~ 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 f financial statement, prepared no later than ninety ~9a~ 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 Admiaistratioa Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful, competent and acceptable to the City Engineer. The criteria upon which the City Engineer makes this determination may include the following: 1, The superintendent must have at least five ~5~ ears experience in the day- to-day f field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. 2. The foreman must have at least five ~5~ ears experience in oversight and management of the work of various subcontractors and crafts. If the scope of the Project is such that a foreman is not required, the Contractor's superintendent shall assume the responsibilities of a foreman. Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Page ~4 of 40 Such writtea approval of field administration staff is a prerequisite to the City $agineer's obligatioa to execute a coatract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract . If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B~7-13. A-30 Amended "Consideration of Contract" Re iremeats Under "General Provisions and Requirements for Municipal Construction Contracts' Section B-3-1 Consideration of Contract add the following text: Within five ~5} working days following the public opening and reading of the proposals, the three ~3} apparent lowest bidders abased on the Pricing Assessment Bid} 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. 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. 4. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7-13. 5. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations far Contract Award and Execution and the .. Contractor's Field Administration Staff. 6. Documentation as required by Special Provision A-35-K, if applicable. Page ~ 5 of 40 7. Within five ~5} days following iAformation identifying type of state} Corporation or Partnerships authorized to execute contracts on bid openiaag, submit is letter form, entity and state, i.e.- Texas for other and name ~s} and Title ~s} of individual ~s} behalf of said entity. A-31 Amended Policy oa Sxtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B-8-5 Polic on Extra Work and Chan a 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 $25,040.00. The Contractor acknawledges that any change orders in an amount in excess of $25,400.00 must also be approved by the City Council. A-32 Amended ~Sxecution of Contract" Re irements Under "General Provisions and Requirements for Municipal Construction Contracts" B-3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor, which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. 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 is Special Provision A-1. A-34 Precedence of Contract Documents In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans,. fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions cif applicable}, construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A~35 Cit Water Facilities: S ecial Requirements (NOT QSBD} ., . Page 1 ~ of 40 ~ ~ ' ~ ~ ~ r 1 1 ~ ~ , ~ ~ ' ~ ~ ' ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ I ~ ~ ~ , ~~ ' ~ • l ~ • f ~ 1 ~ • ~ ~ . ^ . ~ ~ ~ ~ ~ • ~ , ~ ~ ~ ~ • ~ ~ ~ Page 17 of 4U / r ! ! 1 1 / / ! 1 1 1 / 1 1 1 ~ r / 1 1 1 ! / 1 1 1 ! / • r / ~ r / / 1 r ~ ~ ! 1 1 r / ! 1 r ! r 1 r ! 1 ~ 1 / r ~ r 1 1 r 1 1 1 ~+ fYri A h ~7 T 4 i"1 ^1 / ~ 7 ~1'1~ (_~_ ^ r ~ ! 1 T 1 ~ ~ ~% ~ ~ ~ v w~ M ~ ~ ~ w ~ ~ 1 / / 1 r 1 / t 1 1 1 ~ 1 1 { ! t ~ 1 1 r / 1 / 1 1 • / 1 1 1 ! . 1 r • 1 1 1 • ! 1 1 ~ 1 ! a 1 r 1 ! • r l 1 1 / r 1 1 1 1 1 1 1 1 1 / 1 / / 1 1 1 4 r ! ~ 1 1 ~ ~ 1 I , 1 r r 1 1 f ~ 1 ! 1 • • 1 1 • f ! Page ~ S of 40 A-3G 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 required by the City of each submittal to the Engineer or his designated representative. The Engineer will retain five ~5} copies. b. Reproducibles: In addition to the required copies, the Contractor shall also submit one ~1} reproducible transparency for all shop drawings larger than 11" x 17" in size. c. Submittal Transmittal Farms: Contractor shall use the Submittal Transmittal Form attached at the end of this section; and sequentially number each transmittal form. Re-submittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and detail numbers}, and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, deliver to the AE Consultant 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 ar system limitations, which may be detrimental tv 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. Re-submittals: Contractor must revise and resubmit submittals as required by AE Consultant and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copa,es of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any .inability to comply with provisions. Page 19 of 40 2. Sam les: NOT USED ., ~ ~ , ~ ~ l 47L"SC'e~Z~ 3. Test and Repair Report: SNOT USED} --.... -- . f 1 ~ , ~ ~ . . , 4. Wastewater By-Pass Plan: The contractor must submit a wastewater sewage by-pass plan to the Engineer. The Engineer and the City Wastewater Department must approve a by-pass plan before starting a by-pass operation. See Special Provision A-51 for additional information. 5. wastewater By-Pass Traffic Control Plan: The contractor must submit a wastewater sewage by-pass traffic control plan to the Engineer. The Engineer, the City Wastewater Department and the City Traffic Engineer must approve a by-pass traffic control plan before starting a by-pass operation, 6. Rehabilitation of Manholes a. If rehabilitating the manholes with fiberglass, submit fiberglass manhole submittal per specif icatian n27205. b. Submit manufacturer's recommended installation instruction. c. Submit material conformance certification with specifications. d. Submit technical information on stainless steel Inflow Inhibitor, Inserta Tee, Caulking and sealing compounds. 7. other Submittals a. Submit proposed Traffic Control Plan, if different from that shown on the drawings. See Special Provision A-13} b. Subma.t plans on rerouting existing flows and disposal of sludge. c. Submit plan of action for emergency repairs, including phone numbers, contact person, subcontractor's firm, equipments, etc. A-37 Ameaded "Arran ement and Cbar a for dater Furnished b tlae Cit '~ Under "General Provisions and Requirements for Municipal Construction Contracts", B-6-15 Arrangement and Charge for water Furnished bythe 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." Page ~U of 40 A-38 Worker's Com easation Covers a for Buildia or Construction Pro'ects for Government Batities The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of 4ccu sac sad Final Acce taace ~N4T USED A-40 Amendment to Section 8-8-6: Partial Estimates General Provisions and Requirements for Municipal Construction Contracts Section B-S-6: Partial Estimates is amended to provide that approximate estimates f rom which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Project work site 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 work site. A-41 Czoae Advisa SNOT QSBD} • . . . A-4~ oSHA Rules & Regulations It is the responsibility of the Contractor~s~ to adhere to all applicable oSHA rules and regulations while performing any and all City-related projects and or jobs . A-43 Amended Indemnification & Hold Harmless Under "General Provisions and Requirements for Municipal Construction Contracts" B-6-21 Indemnification & Hold Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, consultants, any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, material man, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or .omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or material_ man. Page 2~ of 4a A-44 Change Orders X4/26/99} Should a change orders} be required by the Engineer, Contractor shall furnish the Engineer a complete breakdown as to all prices charged for work of the change order unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.}. This breakdown information shall be submitted by the Contractor as a basis for the price of the change order. A-45 As-Built Dimensions and Drawin s 17/5/00} ~a} The Contractor shall employ the services of a Texas Registered Public Land Surveyor ~RPLS~ throughout the construction period to survey the as- built horizontal and vertical locations of all new storm drains and utility lines, pipe and culvert bends, drainage and utility manholes, drainage inlets, valves, etc. installed during the construction period. At the completion of construction but prior to final payment the Contractor shall provide the Engineer with RPLS sealed drawings and an electronic survey point file of the as~built construction. The horizontal and vertical datum used for the survey shall be the same as the Project datum. The horizontal and vertical locations of all below grade construction must be surveyed and recorded prior to trench backfill. Payment for this work shall be considered subsidiary to other bid items. tb} Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location horizontal and vertical} of all facilities. ~c} Upon completion of construction, the Contractor shall furnish the City with one set of project drawings and specifications, marked with red pen or pencil, showing all deviations from the original plans, including any substitution for the materials originally specified. Any deviations from the original plans or substitutions fox the materials specified require prior approval from the Engineer. A-46 Disposal of Highly Chlorinated Water X7/5/00} SNOT USED}. . . , ~ ~ 1 / ~ ~ . . . . . ~ ~ . ~ ~ ~ ~ . . ~ ~ , ~ ~ ~ A-47 Pre-Construction lorato Excavations 17/5/00} SNOT USEDy r . . . ~ ~ ~ ~ ~ . . . . ~. '. Page 22 of 40 t • ' ' ~ ~ . . . A-48 overhead $lectrical Tires ~7/5/00~ Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equ~.pment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guarant " (8/24/003 Under "General Provisions and Requirements for Municipal Construction Contracts", 5~8-11 Maintenance Guarani add the following: "The Contractor's guarantee is a separate, additional remedy available tv benefit the City of Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 Plaa Sheets The drawings for the future Delivery orders of this ID/IQ contract are based on field investigation by the Engineer and information in the form of record drawings supplied by the City. Since a sanitary sewer rehabilitation ro~ect does not normally require extensive topographic survey data, none will be P conducted. All ground profiles shown on the drawings are based on record drawings. The depths of manholes as shown on the drawings, are based on either field investigation or record drawings. In some cases, the manholes proposed for rehabilitation are/were full of water and the depths shown were not verified. It shall be the Contractor's responsibility to verify all depths, prior to manhole rehabilitation, to insure the proper length of the proposed liners. Page 23 of 4a A-51 H ass Pum is eratioas The Contractor shall be responsible for maintaining sewage f lows at all times within the existing sanitary sewer system and shall not restrict access to residences or businesses. It shall be the Contractor's responsibility to coordinate with the City Wastewater Division regarding any modifications to the existing system flow patterns, such as rerouting flows, or operation of any permanent or temporary lift station~s~. This shall be applicable even in case of cave-ins. Any such system modifications will be subject to approval by the Engineer and the City Wastewater Division and shall not interfere with the proper operation and function of the businesses. The Contractor shall be responsible for coordinating the review of any system modifications sufficiently in advance of proposed construction operations so a~ to avoid any delays in same. Sewage or other liquid shall not be pumped, bailed or flumed over the street or ground surface. No sewage or other liquids shall be handled by allowing flexible or rigid bypass pipeline through the stormwater lines. To bypass the flow, the connections to the existing facilities shall be made over the surface by means of flexible and/or rigid pipes, The pipe used far bypassing this flow shall be strong enough to resist the traffic load, if any, and the size of the pipe shall be capable of handling the incoming discharge but small enough to not create hindrance to the traffic flow or create any blockage or accident. The Contractor shall be responsible for providing access to the private properties and streets and maintain a smooth flow during the entire construction phase of this project . . . . . , r ' It shall be contractor's responsibility to design and submit for city approval and bypass pumping system plan, prior to its installation. The bypass pumping system shall be capable of handling the flow conditions at all times. The contractor shall neither anticipate nor expect assistance or advice from the City of Corpus Christi Wastewater Department staff/personnel, and shall be wholly respansible for the operation and maintenance of all bypass pumping systems and wastewater flow control systems. At a minimum, the bypass pumping system plan shall include: 1. Size, type, and rating of pumps. 2. Size and type of inlet and discharge piping 3. Approximate location schematic) of bypass line routings 4. General arrangement/type of additional support equipment 5. Traffic Control Plan to accommodate bypass system. The preparation of bypass pumping plans, construction of temporary gravity flow lines, force main lines, pumping equipment, plugs, flow diversion structures, etc., required to maintain and control system flows shall not be measured for payment, but will be considered subsidiary to the Bypass Pumping Bid Item. Payment for bypass pumping operations will be made as listed in the proposal under "Control of Wastewater Flows". A-52 Dis veal of Materials Resultia from Cleaniaa of $xistia Liae SNOT D'SED~ . . . . . „ , ! I I Page 24 of 40 1 1 ~ ~ ' 1 1 1 1 , . 1 1 1 , • ~ ~~ 1 1 . . 1 . . • 1 ` ' ' 1 1 1 1 • • • . 1 L 1 ~ 1 . 1 f • ! 1 r 1 1 1 • . . ~ 1 . 1 ~ f . 1 1 ~ ~ , 1 1 1 - • 1 1 1 e ~ r r ~ ~ ~ ~ ~ ~ ~ ~ ~ . . ~ 1 ~ 1 ^ / 1 1 j 1 1 1 1 t 1 1 1 1 / f 1 1 1 1 1 1 1 i 1 f~y!~ 'Ei1r~ n'~ ~"' ti AY1 f~ __ 1 ~ 1 / 1 1 1 1 1 1 ! . 1 1 ~ 1 r ~ ~ 1 , 1 . 1 1 i •- 1 ~ . A-53 Protectioa of Sxistia Facilities Due to the suspected fragile condition of the existing pipe and appurtenances, the Contractor is expected to exercise extreme care in all construction operations, including the installation and removal of all sheathing, shoring, and bracing .for any required access pits. .Construction equipment and techniques employed by the Contractor shall be such as to minimize the possibility of any further damage to the existing facilities damaged by construction operations. Such repairs shall meet the requirements set by the Engineer and the City wastewater Division. The Contractor shall have all materials and equipment ready for the immediate repair of the sanitary sewer line in the event that a section~s~ of the sanitary sewer line collapses during the course of the project. The Contractor shall prepare and submit a plan of action for emergency repair of the sanitary sewer system to the engineer for approval prior to installation of construction operations. The plan should contain information on repair procedures location and type of equipment to be used, and time required for equipment mobilization. Page 25 of 40 A-54 Video Documentation f As part of the project requirements, the Contractor shall perform televised inspections of the entire length of lines for evaluation after rehabilitation work/construction contract is complete. All inspections shall be recorded in . ~. color, adequately lighted, on Digital Video Disk ~DVD}. The specific findings and observations made during the video recording shall be documented on the DVD by audio narration tied to the continuous footage documentation portrayed on the screen. Specific requirements for the on-screen labeling during each line segment inspection set-up, video f ile labeling, and hard-copy Inspection Report format are addressed in Attachment I. The original and one copy of each inspection video shall be forwarded to the Engineer for his and the City Wastewater Department concurrent review for approval, as each ins ection video is com leted. If the quality of the DVD's does not meet with the Engineer's/City's approval, the Contractor shall repeat the video documenting process, at no increase in contract price, until the video is acceptable. Approved DVD's will not be returned to the Contractor. The Contractor shall also make and retain one direct copy of the original DVD recording of the results of the inspection. At the time of contract final inspection, the Contractor is to furnish the City i~astewater Department the post- rehabilitation DVD's in an organized manner, properly labeled, and in a suitable three ring binder, the cost of which is included in the applicable bid item in the proposal. The work and materials will be considered subsidiary to other items in the proposal. No separate payments will be made for the televising unless specifically listed in the bid proposal. A-55 Trench Safet If the Contractor's proposed construction methods require the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all federal, state and local requirements for trench excavation and .safety. All costs associated with meeting these requirements shall be included in the amount bid far the item "Trench Safety" as shown in the proposal forms . A-56 Confined Space $ntry Requirements r. uw~...r~- Contractor will be required to comply with all OSHA regulations and guidelines as pertaining to identification and classification of confined spaces, and associated requirements for entry into these areas including compliance with OSHA Regulation Standard ~9 CFR} Permit Required Confined Spaces 1910.146. All personnel entering confined spaces shall be properly trained and certified. At any time, upon demand, the Contractor shall supply the Engineer with this certification information of any/all personnel who are doing confined space entry work. A-57 Pavement Restoration and Pro'ect Clean D It is the intent of the plans and specifications that any and all areas within the limits of the proposed project that are affected in any way by construction operations be restored to the same, or better condition than that existing prior to construction. Where asphaltic pavements are excavated or damaged, for Point Repairs, or Rehabilitation of Manholes, the replacement pavement shall as a minimum conform to the pavement restoration detail shown on the plans prefer to "Trench Backfill and Pavement Repair for Wastewater Lines" Detail for all pavement restoration}. If the excavated or damaged pavement section exceeds Page 26 of 4~ these requirements, they shall be replaced with the same types and thicknesses of materials as the existing pavement. The Contractor is further advised that some avements in the Flour Bluff portion of the City may have been constructed using p a sand/cement base material, using the native sand, with an asphalt or multiple surface course treatments for the wearing, surface. The reconstruction of these avements shall be "in kind" with regard to the type and thickness of m~terials. P For estimating and reconstruction purposes, any street where sand/cement base exists, the same thickness will be required using native sand with twelve percent ~12~} cement by weight. Where concrete pavements, sidewalks, curbs, etc., are excavated or damaged, the replacement shall as a minimum conform with the City standard details and standard specifications which are included as part of this Contract. If the excavated or damaged concrete section exceeds these requirements, they shall be replaced with the same thickness of concrete and amount of reinforcing steel as the existing structure4s}. Restoration of all improvements as described above shall be made within 5 working days of the completion of the manhole replacement, rehabilitation or gravity collection line replacement; and shall be in accordance with applicable City Standard Specifications, as determined by the Engineer. All lawns or other grassed areas, concrete or asphalt driveway, vegetation area disturbed by construction operations for the items mentioned above shall be restored to its original condition unless directed otherwise by the Engineer. The Contractor may be required to perform "clean ups" of the entire project or sections of the project during the course of construction, as directed by the Engineer. Upon completion of construction, the Contractor shall perform a final clean up of the entire project, again as directed by the Engineer. All project clean up shall be considered subsidiary to the various bid items. All costs associated with pavement restoration shall be included in the amount bid for the item "Cut & Restore Pavement" as shown in the proposal forms. A~-58 Rehabilitation of Bxistin Manhole Rehabilitation of Existing Manholes shall be performed using Fiberglass Manhole inserts in compliance with Standard Specifications Section 027205-"~-~- Rehabilitation of existing manholes with a Fiberglass manhole insert includes, but is not limited to, excavation and removal of the manhole ring and cover hand concrete protective ring}, existing manhole corbel, the entire chimney where the dimensions are smaller than 48" diameter, dewatering cif necessary}, pressure washing manhole walls, preparation of invert for liner, placing of fiberglass insert, re-grouting invert, grout~.ng annular space between the insert and manhole walls, furnishing and installing a new manhole ring and cover, adjusting ring and cover to grade, placing new concrete protective ring, providing a new stainless steel inflow inhibitor, pavement restoration as mentioned in Special Provision A- 57 if manhole is in paved area, and surface restoration including seeding or sodding as mentioned in Standard Specifications if manhole is located outside paved area. See Special Provision A-75 for additional information. 'The existing manholes to be rehabilitated are brick and mortar similar to Type "A" City Standard Manholes. The Contractor shall be required to .verify the existing manhole dimensions and existing manhole conditions prior to construction, h The Contractor is required to schedule this work during times of minimal flow and must reroute all existing flows to allow for proper installation of the proposed rehabilitation method. Page 27 of 40 It is the intent of this project that all manholes be rehabilitated using Fiberglass Reinforced Plastic ~FRP} liner. A-59 Method of Saaita Sewer Line Rehabilitation It is the intent of the plans and specifications to utilize the pipe.:~bursting method, particular to the Delivery Order in which it is specified, to rehabilitate the existing sanitary sewer lines. A-60 Internal Combustion $a ineg for Generators Unless otherwise approved by the Engineer, the use of internal combustion engines to power electrical generators and/or pumps for flow control or other operations shall be prohibited between the hours of 6:40 P,M. and 7:00 A.M. The Contractor has the option to request use of Internal combustion Engines for each location provided that the Contractor submits a mediated noise level proposal to the Engineer for review and approval. Payment of the testing services to measure the noise level shall be the responsibility of the Contractor. All tests required under this item shall be done by a recognized testing laboratory selected by the City, The criteria for approval of the mediated noise level proposal for the use of internal combustion engine will be based on the noise level measured at the closest property line to the proposed Internal Combustion Engine location. Per Federal Highway Administration ~FHwA -- Source 23 CFR 772}, Noise Abatement Criteria, noise level Leq shall not exceed G7 dBA Ldn anytime. For Protection of the employees working on the site, the permissible sound level should not exceed 90 dBA per day in eight hours period for more information, refer to OSHA 1926.52 ar 1910.95}. The Engineer or his designated representative reserves the right to stop construction, if any time the noise level exceeds the above said criteria, A-6l Re-routia of Traffic duria Construction ' f' The Traffic Control Plan for the work has been prepared by the Engineer and is included in the drawings. Should the Contractor desire to deviate from the plan, it is the responsibility of the Contractor to provide Traffic Control Plan to the City Traffic Engineer for approval.. The plans should be submitted for approval two weeks in advance prior to its implementation, The Traffic Control Plan submittals should be on the standard 2Z" x 34" p,Ian sheets and should be readable, legible, clean, proportionate and xf possible to scale; and aha.Il meet the City of Corpus Christi's "t7niform Barricading Standards and Practices" for the City roads, and the requirements of the Texas Department of Transportation (TxD4T) for roads wader the jurisdiction of the TxDOT. Any additional cost incurred due to preparation of a revised Traffic Control Plan shall be the Contractor's responsibility. No additional payment will be made. The Contractor shall secure the necessary permit from the City's Traffic Department. Any cost associated with the implementation of the traffic control plan shall be included in the amount bid for the item "Signing and Traffic Control" as shown in the proposal forms. Additional information regarding approved traffic control devices and signing is available on TXDQT`s website ~http://www.txdot.gov/publications/traff ic.htm}, as noted on Sheet 25 of 39 ABC (1} -47} • A-62 Qualifications of Manufacturer's Field Service Representatives 1. General: The technical specifications require that for certain equipment and other items, the manufacturer shall include in his cost to the Contractor specified periods of on-site time of a qualified factory field service engineer to provide certain services. Providing these services is an extremely important part of seeing that the item is installed, adjusted and serviced properly. This, in turn, will help insure that the item furnished will function as intended and have a useful, trouble-free service life, Page ZS of 4~ 2. Prior A roval: As part of the submittal data required, the name and complete qualifications of the person the manufacturer proposes to send as his representative must be included. The Engineer will have the right to reject any person who, in the Engineer's opinion, is not qualified to perform the required services based on the information furnished. 3. Qn-Site Re'ection: In the event a manufacturer's representative, while on the job site, demonstrates din the opinion of the Engineer} that he/she is not thoroughly qualified to perform the required services, the Engineer shall have the right to immediately stop these services. The Contractor is obligated to replace the manufacturer's representative with a person who is qualified to redo as much of the completed services designated by the Engineer and complete the remaining services. This shall be done at no increase in the Contract amount ono cost to the City}. 4. ~lideo Recordin The City reserves the right to video record any and all services performed by manufacturer's f field service representatives. The Contractor shall give the Engineer seven days advance notice of when services will be performed by the manufacturer's representative. Should the Contractor fail to provide the required advance notice, the Engineer shall have the right to reschedule services to accommodate the City. A-63 Point Re airs and $xtra Lea th for Point Re airs ~~ For some of the lines that are to be rehabilitated, video tapes are available. However, these tapes are several years old and may not reflect the current condition of the pipe. These tapes were used by the Engineer to determine as close as possible, the locations and lengths of needed point repairs. The lengths may have changed over the years and other locations may have developed were none existed at the time of the video taping. Therefore, any location and length for any point repairs are to be considered as informational only. The Contractor shall make any and all required point repairs prior to the rehabilitation of the pipe. A point repair shall include all labor, materials and equipment necessary to repair a 10 feet length of existing sanitary sewer pipe ~5 feet on either side of the location of point repair}. work shall include but is not limited to all necessary excavation; dewatering; pavement marking, raised pavement markers and traffic buttons; backfill; pipe removal; all labor, materials and equipment for re-routing of flows; inlet repair; site restoration; and any and all work required to complete the point repair. Labor, materials and equipment that may be necessary to complete a point repair that requires removal and restoration of existing grass and fences, pavement repair, traffic control, concrete sidewalk, curb and ramp repair, well pointing and driveway repair, will be paid at the unit price bid for each respective repair item. Where the existing pipe is not at correct grade, i.e. a sag, or other misalignment resulting in a segment with velocity less than 2 fps, the pipe should be replaced and/or adjusted to provide minimum velocity slope and shall be included for payment as Point Repair ~i.e. minimum 10 feet } . When the length of the existing sanitary sewer line to be repaired exceeds the l0 foot total length of sewer line which is included as part of a point repair bid item, the additional length of sewer line thereby replaced shall be measured by the linear foot and paid for at the unit price bid for "Additional Length Point Repairs" . All traffic control shall be in accordance with the City of Corpus Christi's Uniform Barricading Standards and Practices as adapted by the City. Copies of this document are available through the City's Traffic Engineering Department. Page 29 of 40 The Contractor shall secure the necessary permit from the City's Traffic Department. The costs incurred due to the modification of the work area and traffic control plan due to the point repairs shall be included in the amount bid for the item "Signing and Traffic Control" as shown in the proposal form. The Contractar shall repair the existing line to a condition, which will enable the Contractor to continue the rehabilitation operation without reducing the size of the proposed rehabilitation pipe diameter. A-54 Errors and Omissions The Contractor shall carefully check these specifications and the Contract Drawings, and report to the Engineer any errors or omissions discovered, whereupon full instructions will be furnished promptly by the Engineer. If errors or omissions are so discovered and reported before the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's cost, the Contractor shall be compensated for such increase in cost as provided elsewhere. The Contractor shall bear the expense of carrectiog any errors and omissions on the drawings or specifications, which are not discovered or reported by the Contractor prior to construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete the project ready for its intended use. A-65 Lack of Information ~. If the Bidder feels that there is insufficient information in order for him to prepare his bid and/or construct the work, he is required to make a written request for additional information. If the Bidder chooses to conduct his own pre-bid TV investigation of the sewex' line, he shall make a written request to the City's Project Engineer. The Project Engineer, after receiving the written request, shall contact Wastewater Department to allow the Bidder to perform a pre-bid TV investigation, The Bidder shall be responsible to provide Traffic Control Plans and required traffic control signs as per City's requirements, required flagman tv divert the traffic during the pre-bid TV investigation, and the bypass plans to divert the flow. All costs associated with the pre-bid investigation shall be borne by the Bidder, with no compensation from the City. However, the Bidder shall not perform any investigation at the above project site unless a written request is submitted and approved. The Contractor shall not use the lack of information as a basis for requesting extra compensation. A-dd Amended General Provisions 8-2-7 Pre axativn of Pro osal The Bidder has the option of submitting a computer generated printout in lieu of the Proposal Sheets showing the Bid Tables. The printout will list all bid items including any options and additives} contained on those sheets. The printout __ will be substantially in the form attached to these specifications. If the Contractor chooses to submit a printout, properly completed remaining pages of the Proposal shall accompany the printout. In addition, the printout shall contain the following statement and signature immediately following the Bid Summary: ~+ Contractor} certifies that the unit prices shown on this printout for bid items including any option and additive} contained in this proposal are the unit prices intended and that its bid Page 30 of 40 will be tabulated using these unit prices and no other information from this printout. Contractor} 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 Quantity Column II} in the Proposal by the corresponding Unit Price Column Iv}, and then totaling all the extended amounts. ~ S ignature } Title} Date} A-67 Measuremeat aad Pa eat of Subsidia Items of Work Unless specifically included in the Proposal, the measurement and payment requirements indicated in the individual standard specifications for any work do not apply, and the cost of this item of work shall be included in the cost of the item of work to which it is subsidiary. A~68 Pre alificatioas Re iremeats If, according to the standard or technical specifications, any item of material or a manufacturer not named in the specifications requires to be prequalif ied, the bidder or the manufacturer of the product shall submit to the Engineer at least 14 calendar days prior to the Bid date, all information and reference necessary to evaluate that the product is equal in quality to the ones specified. It is such bidder's or manufacturer's responsibility to provide a complete package of information for this evaluation. The names of the prequalified products or manufacturers will be included in~a subsequent Addendum prior to the bid date. A-69 Reconaectioa of Services The Contractor shall locate all existing sanitary sewer service lines prior to construction. Due to the age and unknown installation techniques, it is anticipated that service taps onto the sewer lines that are to be rehabilitated may be of all types, sizes, materials and conditions. Prior to the pipe rehabilitation, the Contractor shall excavate and disconnect all existing service taps from the existing sewer main -~-~e~~ ^~ *~•w ~' - ~~ ~~ewe~-pie. Upon completion of the pipe-bursting operation, and after the new main has been allowed to recover, each existing service shall be connected to the new main by the use of an approved pre-fabricated saddle. The pre-fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water-tight seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. The drill hole in the new sewer main shall be flush with the inside diameter of the saddle. ' . „ . . . All costs associated with the removal of existing service taps shall be considered subsidiary to the appropriate bid item for rehabilitation. Page 31 of 40 A-70 Restoration of Services r' All reconnections ~~ of active service lines shall be ~~r--i~t_~a; ,~ --~ me~z ^a ~ performed immediately after the pipe bursting installation is complete. All costs associated with the restoration of services shall be included in the amount bid for the item "Service Lateral Repair" as shown in the proposal forms. Service Laterals for Pipe Bursting: New services are to be installed from the sewer main to the property line. New services shall be completed using external reconnect. A P~'C saddle complete with stainless steel strapsy or Inserta--Tee will be installed per the manufacturer`s requirements. This item will measured by each individual service lateral installed at the depth indicated in the proposal. This bid item price will include, but is not limited to the following: • b. Locate all service laterals prior to undertaking rehabilitation of sewer main. c. Notification and coordination with homes and businesses. d. Utility relocation. e. Excavation and backfill Note: Working space is limited in most areas and contractor may be required to hand excavate service laterals}. f. Hauling excavated material to and from temporary storage location Note: Hand operated buggies droll offs may be required to transport material. g. Dewater_ing. h. Proper diversion of the flow during installation, including bypass pumping during surcharge conditions, see Special Provision A-5l. i. Opening service connections, furnishing and installing saddle or Inserta- Tee HDPE pipe after pipe bursting has been completed. j. All materials and equipment necessary to complete the lateral and cleanout from the main to the property line, as shown on Sanitary Sewer Standard Detail Sheet 3 of 5. k. Subgrade preparation and site grading, including furnishing and placing cement stabilized sand and sand bedding. 1. Existing topsoil shall be double-.ditched and used to return site to pre- construction conditions. Any additional topsoil required will be at the expense of the Contractor. m. Haulage and disposal of excess excavated material at a regulated disposal site. n. Removal and replacement of bushes, shrubs and minor tree trimming, see also Special Provision A-71. o. And any other work necessary to complete this item. r p. See also requirements in Technical Specification ~4 TD~76D6. . . , . i ~ . . . • ~ ~ ~ . . . . • ~ . . . . r ~ • ~ . ~ • ~ ~ . ~ . ~ ~ • ~ ~ . ~ ~ ~ i • . Page 32 of 4~ 1 1 1 . , . 1 . 1 k 1 k / / 1 k k 1 1 1 1 , 3ui a .,tea ~..,,,a ~ t ; ~~` _~,~u , ~~'. , ~ . 1 1 1 ~ 1 1 1 l 1 , k • • 1 1 1 / • k ~~ • / 1 / 1 k k ~ . 1 1 • • 1 . 1 f 1 k . .A-71 Restoratioa of Private Pro ert .- Many of the manholes that are to be rehabilitated are located within easements on private property. Also, the possibility exists that point repairs may also occur within easements on private property. The Contractor shall confine his work to the easement area and will be required to restore any disturbed area to a condition equal to, or better than, existed prior to his construction. Restoration may include, but is not limited to: 1. Resodding existing lawns 2. Removing and replacing fences 3. Pruning damaged trees or shrubs In the event that a property owner has some type of structure ~i.e. storage shed, playground equipment, etc.} within the required work area, the Contractor shall coordinate with the property owner and a City representative for the removal or relocation of these items. • Bid items have been included for sodding, tree removal, and for fence removal and replacement. The removal of any tree, as listed as a bid item, shall be limited to a tree trunk diameter of 4" or greater. If the tree is less than 4" it shall be considered pruning and a subsidiary item. The removal of any type of structure can involve a wide variety of work. The Contractor, along with the City representative, shall examine each situation on a case-by-case basis and, with the owner's input, determine the best course of action and the appropriate cost to each party involved. A~-7Z Dewateria J Well Poiatia Because of the wide area covered by this project, no soils investigations or groundwater table levels were determined. Therefore, it is unknown if groundwater will, or will not, play a role in any required excavations for point repairs. storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berms} prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a ~. storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the iateat that the Contractor discharge groundwater primarily into the existing storm water system provided that the quality of groundwater is equal to or better than the receiving stream, Page 33 of 40 the Dso Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, prior to commencing discharge and shall be retested by the City, at the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Tests will also be performed as each new area of construction is started. Another option for disposal of groundwater by the Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. other groundwater disposal alternatives or solutions may be approved by the Engineer on a case-by-case basis. Prior to pumping groundwater from the trench to the sanitary sewer system, the Contractor shall contact Mark Shell 857-1817 to obtain a "no-cost" permit from the City Wastewater Dept. The City will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench, recording the water level shortly after completion, allowing to sit over night, recording the water level again, pumping the hole or trench dry to a holding tank or vacuum truck, then recording how long it takes to fill to the original level and overnight level. Dewatering shall be paid for if well pointing is required. All costs associated with Well Pointing shall be included in the amount bid for the item "Well Pointing" as shown in the proposal forms. All other forms of dewatering needed to keep the excavation dry, as approved by the Engineer, shall include all costs to provide a dry foundation for the proposed improvements and shall be considered subsidiary to the various other bid items in the contract. In any event, the Contractor shall be required to take whatever steps are necessary to provide a stable trench bottom for the installation of any structures or pipes. A-73 Access to Private Pro ert As stated, some of the work requires access tv easements through private property. In most cases, the private property is single-family residential lots that are developed. The Contractor shall. coordinate all access with the property owner and will work closely with the owner and a City representative for all construction operations. See General Note #28 on Sheet 2 of 39 of plans for additional information. The Contractor shall be required to video record the conditions that exist on the property with a City representative present, prior to performing any construction operations. If, in the course of work, it is necessary to temporarily remove any fences, the Contractor shall provide temporary fencing so that the property owner's property is secure at all times. A-74 Pf a Treach Beddia aad Backfill The Sanitary Sewer Standard Details indicate *tasterisks~ for project specific requirements. For this project the requirements are: 1. Bottom of Trench Above Groundwater Table a. Bedding - Depth fiver 10' - Crushed Stone Depth Under 10' - Sand b. Backfill - Paved Areas - Cement Stabilized Sand Unpaved Areas- Clean Excavated Material Page 34 of 4Q 2. Bottom of Trench Below Groundwater Table a. Bedding - All Depths ~- Crushed Stone on a stabilized trench bottom b . Backf ill - Same as above . The type and depths of crushed stone bedding shall be specified on the Standard Detail Sheets. A-75 Manhole Corbel Removal For those manholes being rehabilitated using Fiberglass Reinforced Plastic (FRP} liner, the existing corbel/manhole shall be removed to a sufficient depth to allow for the insertion of the FRP liner. It is assumed that this depth will be six ~6} feet. However, due to the existing condition of some manholes, more depth may require deeper rernvval to satisfactorily insert the FRP liner. When this depth exceeds six ~6} feet, additional payment will be made by the linear foot of additional depth greater than 6 feet. The manhole rehabilitation unit prices bid shall include all excavation, corbel removal, backfill and disposal of all corbels and excavated materials. Surface restoration shall be paid for under the appropriate bid item. See Special Provision A-58 for additional information. A~76 Finish Slevatioas of Manholes Many of the manholes to be rehabilitated are not currently at the proper grade. All manholes shall be adjusted to the proper grade. For manholes within pavement, sidewalks, driveways, etc., the manholes shall be adjusted so that the cover is at the same grade as the adjacent existing conditions. No bumps or dips shall be present that will create unsatisfactory conditions to either motorists or pedestrians. For manholes within unpaved areas, the manholes shall be adjusted so, that the cover shall be no less than one ~l} inch and no more than three ~3} inches above the natural existing ground. For manholes within the tops-of-banks of ditches, the manholes shall be adjusted so that the cover is at least as high as the lowest bank of the ditch. For manholes rehabilitated using the Fiberglass Reinforced Plastic, the adjustment to finished grade can be accomplished with the use of adjusting rings that are pre-approved by the Engineer. A-77 information on Plan and Profile Sheets The subsequent Delivery orders of this ID/IQ contract will contain plan and profile sheets which will show as much information as is currently available. The amount of information available varies on each line to be rehabilitated. It is the Contractor's responsibility to verify the information shown and to conduct hid/her own investigations as to the accuracy/completeness of the information provided. e ._,~ A'78 Sxistia Pi a Materials The existing pipe materials are predominately Vitrified Clay Pipe ~VCP}. However, it can be anticipated that other types of pipe materials tDuc~ile or Cast Iron or PVC} will be present within the systems. The subsequent Delivery Orders of this ID/IQ contract will contain plan and profile sheets which will Page 35 of 4U show known locations where pipe material is known, but there may be other existing locations where pipe material is unknown. It can also be anticipated that pipe sizes will change somewhere in a system other than at a manhole. It shall also be the Contractor's responsibility to verify all pipe sizes. ~€ 1 { ... ,~~„a, ~, .~,n~ v r.~...w ~... ~- • A-79 Service Lateral Re airs This project may also include the repairs of selected service laterals. After the rehabilitation of the main sewer line, and the past-lining television inspection of the main sewer line, the videos shall be reviewed by the Engineer to determine which service laterals shall be repaired. This determination shall be made based on any evidence of continued ,groundwater infiltration at the service lateral connection to the main sewer line. The Contractor shall be given one ~1~ acceptable method for service lateral repairs. The Contractor shall open cut the service lateral within the existing easement or right-of-way and replace the service lateral within the easement or right-of-way. This replacement shall include a service lateral saddle on the main sewer line and a cleanout riser at the easement or right-of-way line. The Contractor will be paid at the unit bid price for Service Lateral Repair. . 1 1 . 1 . . . 1 . . 1 . { 1 . 1 1 1 1 , . 1 r • 1 ~ , 1 1 1 { . f 1 1 1 1 1 1 f / f ` / ~ ! , 1 ~ ~ 1 f . { ~ { { f 1 1 f f . 1 • 1 . 1 1 1 1 . f f 1 i , . f T f 1 1 ~ ~ f ~ A-81 Slectranic Bid Submittal The following paragraph modifies Paragraph B-2-7 - Preparation of Proposal, of the General Provisions: The bidder has the option of submitting a computer-generated print-out in lieu of the Proposal SHEETS: 1-29 OF 29~, INCLUSIVE. The print-out will list all bid items including any additive or deductive alternates} contained on Proposal Sheets ~3-25 of 29~. The print-out will be substantially in the form attached Attachment No. 2y. If the Contractor chooses to submit a print-out, the print- Page 3 6 of 4a out shall be accompanied by properly completed proposal pages 1, 2, 26, 27, 28 and 2 9 o f 2 9. In addition, the print-out will contain the fallowing statement and signature, after the last bid item: ~~ (Contractor} certifies that the unit prices shown vn this printout for bid items including any additive or deductive alternatives} contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. Contractor} 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 in this print-out by the respective estimated quantities shown in the Proposal tColumn IIy and then totaling the extended amounts. Signature} Title} (Date} A-82 Storage, Access and Securit ~~ The Contractor shall be allowed access to the project site via existing Street right-of-ways. Storage ~laydown areas} for equipment and materials has not been identified, The contractor may make arrangements with the City on available City sites or provide a private location near the project at the Contractor's expense. ,~..A-83 Stormwater Pollution Prevention Due to the type and location of this project, stormwater pollution prevention is critical, and improper implementation can have a negative impact on the adjoining street and private property. Strict compliance to all storm water pollution prevention items shown on the plans shall be enforced. All costs associated with meeting storm water pollution prevention requirements shall be included in the amount bid for the items "Erosion Control - Block Sodding", "Erosion Control - Spot Sodding", "Erosion Control - Silt Fence and/or Silt Barrier", and "Construction Exit". In addition, if during the course of the project other minor storm water pollution prevention items are required to limit or Control soil erosion ar transport of sail, then the Contractor shall implement these measures at no increase in the contract price. -A-84 Dust Control a The Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. When necessary, dusty materials in piles or in transit shall be covered to prevent blowing dust. ' . Monthly payment will be withheld if this provision is not followed. Page 37 of 40 rA-85 Noise Control and Workia Hour Restrictions The Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound-muffling devices, and operated in a manner to cause the least amount of noise consistent with efficient performances of the Work. Decibel levels are not to exceed one hundred X100) decibels. Any work which creates a noise level above the ambient sound levels shall not commence before 7:30 a.m. or continue after 6:30 p.m. on weekdays, and shall not commence before 5:00 a.m, or continue after 5:00 p.m. on Saturday without prior approval from the Engineer. A•86 Other Accesaibilit Re irements The Contractor shall provide assistance and is required to ensure that disruption of community services to residents ~i.e. US Postal Service, RTA Care B, Meals on Wheels, Emergency Services, etc.) does not occur during construction. Requisite assistance and/or coordination during construction is considered subsidiary to the work. A-S? Delivery order Program The contractor is provided hypothetical aceaarios to establish the unit cost and ap licatioa. These aceaarios will be the basis for each of the Base ,Bids and w3~1 be used for EVALUATION PURPOS$S oNLY'. The actual contract award will be as follows: 1. Base Bid A will be awarded for $750,OOD. Individual delivery orders with specific quantities, unit cost, and durations will be issued from this base award; 2. Saae Bid B will be awarded for $500,000. Individual delivery orders with specific quantities, unit cost, and durations will be issued from this base award. The contractor proposed unit cast will be used to determine the actual delivery order final price. Upon approval of the City Engineer and notice to Council, this contract may be renewable for up to ~2} additional one-year calendar periods with economic adjustments which take into account any change in construction costs Non-Emergency Delivery Orders to the contract will be comprised of a l0 manhole minimum and 100 manholes maximum: The specific duration allowed is defined by specific work assigned and described by appropriate category of work see Special Provision A-6}. Emergency Delivery Orders may also be issued under this contract. For such Emergency Delivery Orders the number of manholes will range from 0 -- 5 with associated wastewater line rehabilitation. For Emergency Delivery orders, Declared by the City Manager, the contractor is required to be on-site within ONE HOUR to assess the site to begin mobilizing necessary crews, equipment etc. The contractor should have crews within 4 hours and must restore services within 24 hours. In addition, the contractor should have all mitigation measures to prevent further damages to public and private property within 8 hours. Failure to respond according may result in Liquidated damages of $1004 per day. In case of multiple emergency delivery orders,~the contractor will be required to maintain continuous operations 24 hours per day 7 days per week. To accommodate the associated increased cost, the contractor must submit a coefficient to be applied to individual unit prices in the proposal form to determine the final cost of any emergency repairs. Page 3 S of 40 A- 8 8 H~,d Svaluat ion Bid evaluation will be based on the hypothetical scenarios or sample delivery orders. The sample Delivery Orders Drawing Sheets 7 of 9} with accompanying Pricing Assessment to be filled in by the prospective bidders using unit prices as outlined in the proposal. The total cost of this Delivery Order Example with Pricing Assessment will determine the successful bidder. The cumulative total of all bid prices for all items contained in the contract will be considered as the Total "EVALUATED" Base Bid for the contract. The actual award will be as indicated in Special Provision A-4 with the indefinite number of delivery and indefinite quantities issued under the Contract. Page 3 9 of 4~ SUBMITTAL TRANSMITTAL FORM PROJECT: LAGUNA MADRE I&I SANITARY SEWER MANHOLE AND GRAVITY COLLECTION LINE REPLACEMENT/REHABILITATION ' PROJECT No. ?401 OWNER: CITY OF CORPUS CHRISTI ENGINEER: GOLDSTON ENGINEERING, A CH2M HILL Company CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Page 4~ ~f 40 ATTACHMENT 2 TELEVISED INSPI3CTION REPORT DATA REQUIREMENTS VIDEOTAPI3 LABELING REQUIREMENTS 4To be used instead of Form on Page 3 of 3 Standard Specification a2761Q~ c~Tx o~ CoRP~s C~sT~ TELEVISED INSPECTIoN ~tEPo1~T DATA REQU~~.EME~Ts ion screen at start of each set-up and an inspection Report] City's Project Name City's Project Number Contractor/operator Date ITimeTe~evised Tape Number Upstream MH Location Downstream MH Location Upstrear MH Number Downstream MH Number Upstream MH Depth Downstream MH Depth Pipe Size Pre-rehab TV Y N Evaluation TV Y N . Post-rehab TV Y N Reverse set-up Y N ......_ ._....~, .__ YZD.~.oT~PE ~,~BEL~NG_~~~~~1~.Y.~S...~~~ e~~. ~~e~.ta_p.e. c~ej ............._ ..._.__..._.. _......._ _ ._................~....._. City Proj ect Name Upstream Manhole No. City Project No. Downstream Manhole No.~ . Street Name Pre Post other Tape No. Date/Time Made Contractor Pipe Material AGREEMENT THE STATE OF TEXAS § COUNTY QF NUECES § THIS AGREEMENT is entered into this 21ST day of JULY, 2DD9, by and between the CITY GF CGRPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and H & G Contractors, Inc. termed in the Contract Documents as "Contractor,'" upon these terms, performable in Nueces County, Texas In consideration of the payment of $1,4D~,D4D.DD by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: LAGUNA MADRE I&I SANITARY SEWER MANHGLE AND GRAVITY C4LLECTIGN LINE REPLACEMENT/REHABILITATION PROJECT NC. 74D1 ~TnTAL AMOUNT AWARDED: $1,4DD,DDD.DD~ according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 3 Laguna padre = & x Panitary Be~x ~anhoi• and gravity colleutian line rspisa~antlrehabilitatian !ro aat no. 401 RR~'YB~D P~OPGgAL FCR~ REVISED PROPOSAL FO~M~ DISCLOSC]R~ STATEMENT FOR LAt~UNA ~ADRF I&I SANITARY 8~9~ER ffiAWHOL~ A1~TD {GRAVITY COLLECTION LIN$ RFPLACiT/R~I~ABILITATION DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS '~ i `~.,_ t ADDRgDUD[ 1iT4. ~ ATTAC~NT N4. lZ Page l o~ 35 Laguna Dadra t & = 8anitar~ Sewer xanhole and gxavity aoliection line repiaoemant/rehabilitation Pra~~at no. ?~D1 ~, ~SYIBRD PROPQ$AL ~QR~d RRVISRO PROPOSAL Place ; City Seacetary's Office Date : 1201 Street .April 22, 2009 -- Proposal of __H ~ _G Oontractors, Inc, _ .~ , .r ~ i - ~ww.ww• ~ ~r~ w a Ca~poratian organized and existing under the laws of the State of Ts OR a Partnership or Individua]. doing business as N/A T4: The Cf ty of Corpus Chr~.st~., Texas Gentlemen; The undersigned hereby proposes to furnish alb. ~.abor and materials, tools, and necessary equipment, and to perform the work required for; LARi~A DLAaRS I&X SANITARY .884i~~t COLS AND GRlIVITY COLL~CTYOIQ LIWB ~tSPLA~CS~I~T RRAASxLITATI0I1 .. It is the ~.ntent of the City to award subsequent Delivery Orders for the Tndef finite De1.a.very/zndef finite Quantity ~ ID/IQ~ Contract for a span of one year with the option to extend the contract in two additional increments of one year, The Delivery Orders will be comprised of a l5 manhole m~.nimum and a 100 manhole maximum. The Delivery Grders will be awarded in a timely fashion to be decided by the City. The working time for camp~.etion of the Project shall be specified in the Delivery Order to this contract and will be based an a production rate of approximately ten ~1Q~ ADD~DV~ Na. Z ATTACS~NT Nn. 12 Page Z of 35 Lagv~na Radxv 1 ~ t Sanitary Seer ~[anhol~ and Qravity collection line replacement/reha~ilitatioa ~~ieat no. 74~~ RRViB$D PROPOSI~L BQRM calendar days pex manhole to be replaced, seven ~7~ Calendar days per manhole to be rehabilitated, five ~5} calendar days per ~~ la,neax feet ~LFj of gravity collection line point repairs and one 4l} calendar day pe.r z4 linear feet tLF~ of gravity collection line pipe bursting. Specific duration allowed is defined by specific work assigned and described by appropriate category of work see Special Provision A-G}. Future Delivery Qrders to be awarded subsequent to th~.s Indefinite DeliveryjTndefinite quantity contract, at the locations set out by the future Delivery orders p~.ans and speca.fications and in strict accoxdanCe with the contract documents fox' the following prices, to-wit: ~D~v~ No. a aTTACH~IT N0. 1~ Page 3 of 3~ Laguna Madre I i Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 74oI REVISED PROPOSAL FORM I II III TV V Bid Item BiD tY & Unit Q Description Unit Price in ' Extension (Qty ITEM F es x Unit Price in F' res BID ITEMS FOR MANHOLE REPLACEMENT/REHABILITATION Remove and dispose exist. Wastewater manhole, pex M- 1 EA Each 1,208.08 ~ Replace San. Sew. MH ~4 Ft Dia} (0'-G' Depth}, complete M- 2 EA in place per Each 5,094.G0 $ Extra Depth ovex 6 ft. for MH ~4 Ft. Dia Replace}, M- 3 VF complete in place per Vertical Foot G40.50 $ Replace San. Sew. MH ~5 Ft Dia} ~0'-G' Depth}, complete M- 4 EA in place per Each 7,$40.84 $ Extra Depth over G ft. for MH (5 Ft. Dia Replace}, MT 5 ~L~' complete in place per Vertical Foot 88G.5G $ Replace San. Sew. MH ~G Ft Dia} ~0'-G' Depth}, complete M- G EA in place per Each 8,728.22 $ Extra Depth over G ft. for MH ~G Ft. Dia Replace}, M- 7 VF complete in place per Vertical Foot 907.94 ~ Rehab ~FRP} San. Sew. MH ~4 Ft Dia} ~0'-G' Depth}, M- $ EA complete in place per Each 5,771.84 $ Extra Depth ovex G ft. for MH ~4 Ft. Dia. Rehab}, M- 9 VF complete in place per Vertical Foot 550.00 $ Extra Depth ovex G ft. for MH Corbel Removal/Replacement ~4 Ft. Dia. Rehab}, complete in M- 10 VF place per Vertical Foot G05.00 $ Rehab ~FRP} San. Sew. MH ~5 Ft Dia} ~0'-G' Depth}, M-11 EA complete in place per Each 7,575.88 ~ Extra Depth ovex G ft. fox MH ~5 Ft Dia. Rehab), M-12 VF complete in place pex Vertic Foot 775.4G ~ Extra Depth over G ft. for MH Corbel Removal/Replacement (5 Ft. Dia. Rehab}, complete in M- 13 VF place per Vertical Foot 852.50 $ Addendum No. 2 Attachment 12 Page 4 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 7401 REVISED PROPOSAL FORM I II III IV V Bid Item BID Q ~ Unit ~ Description Unit Price in Extension Qty ITEM Figures x Unit Price in Fi res Rehab ~FRP} San. Sew. MH ~G Ft Dia} ~0'-G' Depth}, M- 14 EA complete in place per Each 9,872.50 $ - Extra Depth over G ft. fox MH ~G Ft Dia. Rehab}, M- 15 VF complete in place per Vertical Foot 1,086.80 $ - ExtraDepth over 6 ft. fox MH Coxbel Removal/Replacement ~G Ft. Dia. Rehab}, complete in M- 1 G VF place per Vertical Foot 1,086.80 $ - M- 17 CY Hand Excavation, complete in place per Cubic Yard 6D5.00 $ - Furnish Vacuum Truck ~T'andem},.complete in place pex M-18 DAY 24 Hour Period 3,184.50 $ - Furnish Vacuum Truck 'Tanker},complete in place per M-19 DAY 24 Hour Period 3,300.D0 $ - Service Lateral Replacement, complete in place per M- 20 LF Linear Foot 234.84 $ - Extra Depth over G ft fox Service Latexal Replacement, M- 21 VF complete in place per Vertical Foot 203.27 $ - Cut & Remove HMAC Pavement, complete in place pex M- 22 SY Square Yard 184.03 $ _ Restore HMAC Pavement Type D ~T'ype D HMAC=Approx.110 LB/SY/IN}, complete in place per M- 23 T4N Ton 145.75 $ - Pxime Coat MC-30 ~a 0.15 Gal/SY, complete in place M- 24 GAL per Gallon 135.92 $ - Crushed Limestone Base ~n-Place Measure, Variable M- 25 CY Depth}, complete in place per Cubic Yard 99.00 $ - Cut & Restore Concrete Pavement, complete in place M- 2G CY per Cubic Yard 802.2D $ - Well Pointing (per linear foot of trench}, complete in M- 27 LF place per Linear Foot 159.20 $ _ Addendum No. 2 Attachment 12 Page5of35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. ?401 REVISED PROP05AL FORM I II III TV V Bid Item BID Qty & Unit Description Unit Price in Extension Qty ITEM Figures x Unit Priced in F' es Mobilization/Demobilization fox Well Pointing per Each M- 2S EA Site Location 1,G50.00 $ Trench Safety for Manhole Excavation (5' to 8' Depth}, M- 29 EA complete in place per Each 440.00 ~ Trench Safety fox Manhole Excavation ~8' to 10' Depth}, M- 30 EA complete in place per Each . 733.33 $ Trench Safety for Manhole Excavation (10' to 12' M- 31 EA Depth}, complete in place pex Each 1,100.00 $ Trench Safety fox Manhole Excavation (> 12' Depth}, M- 32 EA complete in place per Each 1,210.00 $ All Necessary Pump Equipment fox Control of Wastewatex Flows (Bypass of 8" Lines} (All Depths}, M- 33 DAY complete in place per 24 Hour Period 437.19 $ Pressure Pipe fox Bypass of $" Line, Complete in place M- 34 LF pex Linear Foot 12.37 $ All Necessaxy Pump Equipment for Control of Wastewater Flows (Bypass of 10" Lines} (All Depths), M- 35 DAY complete in place pex 24 Hoax Period 4$0.91 $ Pressure Pipe for Bypass of 10" Line, Complete in place M- 3G LF per Linear Foot 13.b1 $ All Necessary Pump Equipment for Control of Wastewater Flows (Bypass of 12" Lines} (All Depths}, M- 37 DAY complete in place per 24 H ur Period 712.5D $ Pressure Pipe for Bypass of 12" Line, Complete in place M- 38 LF per Linear Foot 14.13 $ Addendum No. 2 Attachment 12 Page b of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 7401 REVISED PR~PUSAL FURM I II III IV V Bid Item BID & Unit Q~ Descri Lion p Unit Price in ' Extension Qty ITEM F res igu x Unit Price in } Fi es All Necessary Pump ~gtupment fox (;ontrol of Wastewater Flows Bypass of 15" Lines} All Depths), M- 39 DAY complete in place per 24 Hour Period 1,012.50 $ Pressure Pipe for Bypass of 15" Line, Complete in.place M- 40 LF per Linear Foot 14.13 $ . All Necessary Pump Equipment for Control of Wastewater Flows Bypass of 18" Lines} All Depths}, M- 41 DAY complete in place per 24 Hour Period 1,018.00 $ Pressure Pipe for Bypass of 18" Line, Complete in place M- 42 LF per Linear Foot 14.13 $ Signing & Traffic Control Detail A}, complete in place M- 43 DAY per ~ 127.8$ $ Signing & Traffic Control (Detail B}, complete in place M- 44 DAY per ~ 127.88 $ Signing & Traffic Control Detail C}, complete in place M- 45 DAB per D~a ii 127.58 $ Signing & Traffic Contxal Detail D}, complete in place M- 4G DAY per ~ 180.13 $ Signing & Traffic Control Detail E}, complete in place M- 47 DAY per Day 65.00 $ Signing & Traffic Control Detail F}, complete in place M- 48 DAY per ~ 75.00 $ Signing & Traffic Control Detail G}, complete in place M- 49 DAY per .D,~a 115.00 $ Signing & Traffic Control Detail H}, complete in place M- 50 DAY per Da.,y 70.00 $ Signing & Traffic Control Detail 1}, complete in place M- 51 DAY per Dad G5.00 $ Addendum No. 2 Attachment 12 Page 7 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project Na. ?401. REVISED PRgPgSAL FgRM I II III IV V Bid Item BID & Unit ~~ Descri lion p Unit Price in ' Extension Qty ITEM s xgure F } x Unit Price in F' res 5~grung & Traffic Control Detail J}, complete m place M- 52 DAY per Dad 121.00 ~ - Signing & Traffic Control Detail K}, complete in place M- 53 DAY per ~ G9.50 ~ Signing & Traffic Control Detail L}, complete. in place M- 54 DAY per ~ 110.OD ~ - Signing & Traffic Control Detail M}, complete in place M- 55 DAY per ,D~a 47.G7 ~ - Signing & Traffic Control Detail N}, complete in place M- 56 DAY per ~ 150.00 ~ - Signaing & Traffic Control Detail {]~, complete in place M- 57 DAY pex D~a ~ 120.D0 $ - Signing & Traffic Control Detail P}, complete in place M- 58 DAY per Day 147.13 ~ - M- 59 TBD Preparation of Traffic Control Plan, Allowance TBD TBD M- GO DAY Flagger, complete in place per Dad 216.00 ~ - M- G1 TBD Staging Area Allowance TBD TBD Removal & Replacement of Barb-Wire Fencing, M- G2 LF complete in place per Linear Foot 3$.50 ~ - Removal & Replacement of Chain Link Fencing, M- 63 LF complete in place per Linear Foot 79.20 ~ - Removal & Replacement of wood Fencing, complete in M- G4 LF place per Linear Foot 99.00 $ - Removal & Replacement of Masonry Fencing, M- G5 TDB Allowance TBD TBD Addendum No. 2 Attachment 12 Page8of35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. ?401 REVISED PRUPDSAL FORM I ' II III N V Bid Item BID QtY & Unit Description Unit Price in ' Extension tQty ITEM F s x Unit Price in F' es All vcieather Access Alley}, complete ~n place per.~~ M- GG 5Y Yazd 49.50 ~ - All Weather Access Residential}, complete in place per M- G7 SY re Yard 54.96 ~ - All Weather Access tCommexcial}, complete in place per M- G8 SY Square Yard 82.50 $ - M- G9 EA Tree Removal ~Up to 8" Dia. Trunk}, complete per Each 192.50 ~ - Txee Removal Greater than 8" Dia. Trunk}, complete M- 70 EA per Each 275.00 ~ - Erosion Control -Block Sodding, complete in place per M- 71 SY Sa=o. are Yard 13.88 ~ - Erosion Control -Spot Sodding, complete in place pex M- 72 SY Sure Yard 16.50 $ - Erosion Control-Silt Fence and/or Silt Barrier, complete M- 73 LF in place per Linear F of G.77 $ - M- 74 EA Construction Exit, complete in place per Each 2,003.G8 ~ - M- 75 SF Repair Driveway, complete in place per re Foot 7.07 ~ - M- 7G SF Repair Sidewalk, complete in place per Square Foot 7.89 $ - Repair Curb and Gutter or Valley Gutter, complete in M- 77 LF place per Linear Foot 27.G4 $ - M- 78 EA Curb Ramp, complete in place per Each G53.4G $ - Mobilization~Bonds/insurance-0 tv 30 Locations, M- 79 ~ LS complete in place per L Sum 2D,000.00 $ - Addendum No. 2 Attachment 12 Page 9 of 35 Laguna Madre ~ ~ Santiary Sewer Manhole and Gravity Collection Lane Replacement/Rehabilitation Project No. 7401 REVISED PROPOSAL FARM I II III IV V Bid Item BID Unit Price in Extension Qty ITEM ~~ ~ U'~t Description Figures x Unit Price} in F' es Mobilization/Bonds/Insurance-31 to 75 Locations, M- $Q L5 _complete in place per Lumn~ 35,DDO.DD ~ - Mobilization/Bonds/Insurance-75+ Locations, complete M- 81 LS in place per Lum S u i 5D,ooo.00 ~ - Addendum No. 2 Attachment 12 Page 10 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement f Rehabilitation Project No. 7401 REVISED PRGPaSAL FARM I II III N ~ Bid Item BID ~ Unit Price in Extension (Qty ITEM Q~ & Unit Description F' es x Unit Price ' ~gur } ~n F' s ~_~ _~__ ~itJ 1~1-.GMS rux c~xA.vrrY G~LLECTION LINE REPLACEMENT/REHABILITATIUN Rehab tPipe Bursting} Gravity Collectian Luce (8 in. dia, C- 1 LF 0' - G' depth}, complete in place per Linear Foot 73.15 $ Rehab Pipe Bursting} Gravity Collection Line ~8 in. dia, C- 2 LF G' - $' depth}, complete in place per Lin r aot 73.15 ~ Rehab Pipe Bursting} Gravity Collection Line ~8 in. dia, C- 3 LF 8' -10' depth},complete in place pex Linear Foot 92.15 $ Rehab Pipe Bursting} Gravity Collection Line ~$ in. dia, C- 4 LF 10' -12' depth}, complete in place pex Linear Foot 92.15 $ Rehab ~l'ipe Bursting} Gravity Collection Line X10 in. C- 5 LF dia, 0' - G' depth}, complete in place pex ' e ~ Fovt 115.89 ~ Rehab ~I'ipe Bursting} Gravity Collection Line (10 in. C- G LF dia, G' - 8' depth}, complete in place per Linear Foot 115.89 $ Rehab (Pipe Bursting} Gravity Collection Line X10 in. C- 7 LF dia, 8' -10' depth}, complete in place per ~ ear F of 132.32 ~ Rehab Pipe Bursting} Gravity Collection Line X10 in. C- 8 LF dia,10' -12' depth}, complete in place per ' e r oot 132.32 $ Rehab Pipe Bursting} Gravity Collection Line X12 in. C- 9 LF dia, D' - G' depth}, complete in place per in Foot 154.02 $ Rehab ~I'ipe Bursting} Gravity Collection Line X12 in. C-10 LF dia, G' - 8' depth}, complete in place per 'ear Foot 154.02 $ Rehab (Pipe Bursting} Gravity Collection Line X12 in. C-11 LF dia, 8' -10' depth}, complete in place per Linear Foot 174.2G ~ Rehab ~I'ipe Bursting} Gravity Collection Line X12 in. C-12 LF dia,10' -12' depth}, complete in place per 'ear Foo 174.2G ~ Rehab Wipe Bursting} Gravity Collection Line X15 in. C-13 LF dia, 0' - G' depth}, complete in place per Lineal Foot 188.5G ~ Addendum No. 2 Attachment 12 Page ~ 1 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. ?441 RE'i~ISED PROPOSAL FURM I II III N ~ Bid item BID Q~' & Unit Descrxptxon Unit Price in ' Extension Qty ITEM F es x Unit Price in F' s Kebab (Pipe ]~urstu~ C7rav~ty [:ollection Luce X15 gin. C- 14 LF dia, G' - $' depth}, complete in place per ine F of 188.56 ~ Rehab Pipe Bursting} Gravity Collection Line t15 in. C- 1 S LF dia, 8' -10' depth}, complete in place per Linear Foot 212.26 ~ Rehab Wipe Bursting} Gravity Collection Line X15 in. C- 1 G LF dia,10' -12' depth}, complete in place per ar F t 212.26 $ Rehab Pipe Bursting} Gravity Collection Lane X18 in. C-17 LF dia, 0' - G' depth}, complete in place per Lin~~r.FQot 238.33 $ Rehab Pipe Bursting} Gravity Collection Line t18 in. C-1$ LF dia, G' - 8' depth}, complete in place per Linear Foot 238.33 ~ Rehab Pipe Bursting} Gravity Collection Line X18 in. C-19 LF dia, 8' -10' depth}, complete in place per r F of 271.84 ~ Rehab Pipe Bursting} Gravity Collection Line X18 in. C- 2~ LF dia,10' -12' depth}, complete in place per Lein ar t 271.84 ~ _ Rehab Cured-in-Place Pipe} Gravity Collection Line ~8 C- 21 LF in. dia.}, complete in place per Linear F t 84.70 $ Rehab Cured-in-Place Pipe} Gravity Collection Line X10 C- 22 LF in. dia.}, complete in place per Linear. Foot 95.70 $ Rehab Cured-in-Place Pipe} Gravity Collection Line X12 C- 23 LF in. dia.},complete in place per Linear F of 96.25 $ Rehab Cured-in-Place Pipe} Gravity Collection Line (15 C- 24 LF in. dia.}, complete in place per Linear Foat 124.03 ~ Rehab Cured-in-Place Pipe} Gravity Collection Line X18 C- 2S LF in. dia.}, complete in place per Linear Foot 134.75 $ Point Repair 8" Gravity Collection Line ~0-10 linear feet C- 2G EA at 0' - G' depth}, complete in place per Each 12,155.89 ~ Point Repair 8" Gravity Collection Line ~0-10 lineax feet C- 27 EA at G' - 8' depth}, complete in place per Each 12,840.$9 $ Addendum No. 2 Attachment 12 Page 12 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7441 REVISED FROFOSAL FORM I II III IV V Bid Item BID Qty & Unit Descnptlon Unit Price in Extension (Qty ITEM Figures x Unit Price} in F' s !'o~nt xepa~x ~" tsravtty Collection Line (U-1U near feet C- 28 EA at 8' -10' depth},complete in place per Each 13,43G.89 ~ Point Repair 8" Gravity Collection Line ~0-10 linear feet C- 29 EA at 10' -12' depth}, complete in place per Each 14,74G.89 ~ Additional Length Point Repair 8" Gravity Collection C- 30 LF Line ~0' - G' Depth}, complete in place per ' e Foot G15.40 ~ Additional Length Point Repair 8" Gravity Collection C- 31 LF Line tG' - 8' Depth}, complete in place per ' e r Fo t 685.00 $ Additional Length Point Repair 8" Gravity Collection C- 32 LF Line ~$' -10' Depth}, complete in place per Linear Foot 715.00 ~ Additional Length Point Repair 8" Gravity Collection C- 33 LF Line X10' -12' Depth}, complete in place per ' e r „Qot 788.00 $ Point Repair 10" Gravity Collection Line ~0-10 linear C- 34 EA feet at 0' - G' depth}, complete in place per Each 12,720.89 $ Point Repair 10" Gravity Collection Luce ~0-10 linear C- 35 EA feet at G' - 8' depth},complete in place per Each 13,503.70 ~ Point Repaix 10" Gravity Collection Line ~0-10 linear C- 3G EA feet at 8' -10' depth}, complete in place pex ~ 14,961.89 ~ Point Repair 10" Gravity Collection Line (0-10 linear C- 37 EA feet at 10' -12' depth}, complete in place per Each 1 G,134.89 ~ Additional Length Point Repair 10" Gravity Collection C- 38 LF Line ~4' - G' Depth}, complete in place per Linear Foot G50.00 $ Additional Length Point Repair 10" Gravity Collection C- 39 LF Line ~G' - 8' Depth}, complete in place per Linear Foot 478.52 ~ Additional Length Point Repair 10" Gravity Collection C- 40 LF Line ~8' -10' Depth}, complete in place per Linear Foot 790.00 ~ Additional Length Point Repair 10" Gravity Collection C- 41 LF Line X10' -12' Depth), complete in place per Linear Foot 810.00 $ Addendum No. 2 Attachment 12 Page 13 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 74(11 REVISED PROPOSAL FDRM I II III N V Bid Item BID ITEM Qt3' & Unit Description Unit Price in Extension 4gty Figures x Unit Price} ra Fi es Point Repair 12" Gravity Collection Line ~D-10 linear C- 42 EA feet at 0' - G' depth}, complete in place per Each 13,970.89 ~ - PointRepair 12" Gravity Collection Line ~0-10 linear C- 43 EA feet at G' - $' depth}, complete in place per Each 14,853.70 ~ - PointRepair 12" Gravity Collection Lane ~D-10 linear C- 44 EA feet at 8' -10' depth}, complete in place per Each 1 G,38G.89 $ - Point Repair 12" Gravity Collection Line ~D-10 linear C- 45 EA feet at 10' -12' depth},complete in place per Each 17,GG9.89 $ - Additional Length Point Repair 12" Gravity Collection C- 4G LF Lane ~0' - G' Depth}, complete in place per Linear Foot 705.00 $ - Additional Length Paint Repair 12" Gravity Collection C- 47 LF Line ~G' - 8' Depth}, complete in place per Line Foot ~ 546.52 ~ - Additional Length Point Repair 12" Gravity Collection C- 48 LF Dine ~8' -10' Depth}, complete in place per 'ear Fo t 858.OD ~ - Additional Length Point Repair 12" Gravity Collection C- 49 LF Line X10' -12' Depth},.complete in place per Lineax Faot 878.00 $ - Point Repaix 15" Gravity Collection Line ~0-10 linear C- 50 EA feet at 0' - G' depth}, complete in place per Each 15,845.89 $ - Point Repair 15" Gravity Collection Line ~0-10 linear C- 51 EA feet at G' - 8' depth}, complete in place per Each 1 6,203.70 ~ - Point Repair 15" Gravity Collection Line ~0-10-linear C- 52 EA feet at 8' -10' depth}, complete in place per Each 17,811.89 $ - Point Repair 15" Gravity Collection Line ~0-10 linear C- 53 EA feet at 10' -12' depth}, complete in place pex E. ach 19,204.89 $ - Additional Length Point Repair 15" Gravity Collection C- 54 LF Dine ~0' - G' Depth}, complete in place per Linear Foot 810.00 ~ - Additional Length Point Repair 15" Gravity Collection . C- 55 LF Lire ~G' - S' Depth}, complete in place per Linear Foot 614.52 ~ - Addendum Na. 2 Attachment 12 Page 14 of 35 Laguna Madre I I Santiaty Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 7401 REVISED PR~PaSAL FARM ~ II III IV v Bid Item BID ITEM Qty & Un1t Description ~ Unit Price in Extension Qty , F~g~ues x Unit FrYCe) m F' res Additional Length Paint Repair 15" Gravity Collection C- 5G LF Line (8' -10' Depth}, complete in place pex Lnear,Foot 947.00 $ - Additional Length Point Repair 15" Gravity Collection C- 57 LF Line X10' -12' Depth}, complete in place per Line F of 996.00 $ - Point Repair 18" Gravity Collection Line ~0-10 linear C~ 58 EA feet at 0' - G' depth}, complete in place per Each 16,095.89 $ - Point Repair 18" Gravity Collection Line ~0-10 linear C- 59 EA feet at G' - 8' depth), complete in place per Each 17,553.70 $ - Point Repairr 18" Gravity Collection Line ~0-10 linear C- GO EA feet at 8' -10' depth), complete in place per Each 19,161.89 $ - Point Repair 1$" Gravity Collection Line ~0-10 lineax C- G1 EA feet at 10' -12' depth), complete in place pex Each 20,554.$9 $ - Additional Length Point Repair 18" Gravity Collection C- 62 LF Line ~0' - G' Depth}, complete in place per Linear Faot 928.00 $ - Additional Length Point Repair 18" Gravity Collection C- 63 LF Line t6' - 8' Depth}, complete in place per Linear Foot 996.00 $ - Additional Length Paint Repair 18" Gravity Collection C- G4 LF Line ~8' -10' Depth}, complete in place per Linear Foot 1,036.00 $ - Additional Length Point Repair 18" Gravity Collection C- G5 LF Line t10' -12' Depth), complete in place per Linear Foot 1,114.00 $ - Remove and Replace $" Gravity Collection Line ~0' - 8' C- GG LF Depth}, complete in place per Linear Foot 49.50 $ - Remove and Replace S" Gravity Collection Line ~8' -10' C- G7 LF Depth}, complete in place per Linear Foot 57.20 $ - Remove and Replace 8" Gravity Collection Line X10' - C- G8 LF 12' Depth), complete in place per Linear Foot 63.80 $ - Remove and Replace 8" Gravity Collection Lane t> 1 Z' C- G9 LF Depth}, complete in place per Lineax Foot 69.30 $ - Addendum No. 2 Attachment 12 Page 1 S of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collec#ian Line Replacement/ Rehabilitation Project No. 7441 REVISED PROPOSAL FORM I II III IV V Bid Item BID Qt3' & Unit Description Unit Price in Extension (Qty ITEM xgure F• s x Uni ri t P ce} xn F' s xemove and Hep~ace 1 U" Uxav~ty ~ollectfon Luce (U - ~' C- 70 LF Depth}, complete in place per Linear Foot 55.00 $ Remove and Replace 1 D" Gravity Collection Line ~8' - C- 71 LF 10' Depth}, complete in place per Linear Foot GD.50 $ Remove and Replace 10" Gravity Collection Line X10' - C- 72 LF 12' Depth}, complete in place per Linear Foot G7.G0 $ Remove and Replace 10" Gravity Collection Line 4> 12' C- 73 LF Depth}, complete in place per Linear Foot 72.G0 ~ Remove and Replace 12" Gravity Collection Line ~0' - 8' C- 74 LF Depth}, complete in place per Linear Foot 59.40 $ Remove and Replace 12" Gravity Collection Line ~8' - C- 75 LF 10' Depth}, complete in place per Linear Foat G4.90 $ Remove and Replace 12" Gravity Collection Line X10' C- 7G LF 12' Depth}, complete in place per Linear Foot 70.40 $ Remove and Replace 12" Gravity Collection Line ~> 12' C- 77 LF Depth}, complete in place per Linear Foot 77.00 $ Remove and Replace 15" Gravity Collection Line ~0' - $' C- 78 LF Depth), complete in place per Linear Foot ?2.G0 $ Remove and Replace 15" Gravity Collection Line ~8' - C- 79 LF 10' Depth}, complete in place per Linear Foot 82.50 $ Remove and Replace 15" Gravity Collection Line ~1 D' - C- 80 LF 12' Depth), complete in place per Linear Fo t 89.14 $ Remove and Replace 15" Gravity Collection Line ~> 12' C- 81 LF Depth}, complete in place per Lineax Foot 97.90 $ Remove and Replace 18" Gravity Collection Line ~D' - 8' C- 82 LF Depth}, complete in place per Lin ar o t 88.00 $ Remove and Replace 18" Gravity Collection Lane ~8' - C- 83 LF 10' Depth}, complete in place per Linear Foot 90.07 $ Addendum No. 2 Attachment 1 Z Page 1G of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PROPOSAL FARM I II III N V Bid Item BID Qty & Unit Descrlptxon Unit Price in Extension ~QtY ITEM Figures x Unit Priced in F' es Kemove and Replace ~ 8" C~xav~ty Collection Line ~1 U' ~- C- 84 LF 12' Depth},complete in place per Linear Foat 103.77 $ Remove and Replace 18" Gravity Collection Line ~> 12' C- 85 LF Depth}, complete in place per Linear Foot 135.00 $ C- 86 CY Hand Excavation, complete in place per Cubic Yard G05.00 $ Famish Vacuum Truck ~I'andem}, complete in place pex C- 87 DAY 24 Hour Period 3,184.50 $ Furnish Vacuum Truck ~T'ankex}, complete in place per C- 88 DAY 24 HQUr Period 3,300.D0 $ Service Lateral Replacement, complete in place per C- 89 LF Linear Foot G0.9G $ Extra Depth over G Ft for Service Lateral Replacement, C- 90 VF complete in place per Vertical Foot 104.17 $ Cut & Remove HMAC Pavement, complete in place pex C- 91 SY Sure Yar 107.28 $ Restore HMAC Pavement Type D ~I'ype D HMAC= C- 92 TQN Approx.110 LB/SY/IN}, complete in place per Ton 137.G3 $ Prime Coat MC-3D @ D.15 Gal/SY, complete in place C- 93 GAL per G on 142.48 $ Cxushed Limestone Base (In-Place Measuxe, Variable C- 94 CY Depth}, complete in place per Cubic Yaxd 74.25 $ Cut & Restore Concrete Pavement, complete in place C- 95 CY per Cubic Yard 1,GOO.OD $ Well Painting Ter Linear Foot of Trench}, complete in C- 9G LF place pex ~ ax Foo 179.00 $ Mobilization/Demobilization fox Well Pointing per Etch C- 97 ~ EA Site cation 1,G50.00 $ Addendum No. 2 Attachment 12 Page ~7 of 35 Laguna Madre I i Santiaty Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 7441 REVISED PRGPGSAL F(3RM I ~~ ~~~ Iv y Bid Item BID ITEM & Unit D Qty escr~pnan Unit Price in Extension Qty Figures x Unit Price} in F' es Trench Safety for Collection Line Excavation ~5' to 8' C- 98 LF Depth}, complete in place per Linear Foot 33.28 $ - Trench Safety for Collection Line Excavation ~8' to 10' C- 99 LF Depth}, complete in place per Line, Foot 1.95 $ Trench Safety fox Collection Line Excavation X10' to 12' C- 100 LF Depth}, complete in place per Line~x Fovt 3.17 $ _ Trench Safety for Collection Line Excavation ~~ 12' C- 101 LF Depth}, complete in place per Line o t 4.25 $ - Televised Inspection of Conduits, complete in place per C-102 LF Lineax Foot 5.50 $ - All Necessary Pump Equipment for Control of Wastewater Flows (Bypass of 8" Lines} All Depths}, C- 103 DAY complete in place pex 24 Hour Peri d 377,19 $ - Pressure Pipe for Bypass of 8" Line, Complete in place C-104 LF per Linear Foot 12.37 $ - AllNecessary Pump Equipment fox Control of Wastewater Flows Bypass of 10" Lines} All Depths}, C-105 DAY complete in place per 24 Hour Period 480.91 $ - Pressure Pipe for Bypass of 10" Dine, Complete in place C- 10G LF per Linear Foot 13.G1 $ - AllNecessary Pump Equipment fox Control of Wastewater Flows Bypass of 12" Lines) All Depths}, C- 107 DAY complete in place per 24 Hour Period 712.50 $ - Pressure Pipe for Bypass of 12" Line, Complete in place C-108 LF per Linear Faot 14.13 $ - AllNecessary Pump Equipment fox Control of Wastewater Flows Bypass of 15" Lines} All Depths}, C-109 DAY complete in place per 24 Hour Period 1,012.54 $ Pressure Pipe for Bypass of 15" Line, Complete in place C- 110 LF per Linear F of 14.13 $ - Addendum No. 2 Attachment 1 ~ Page 1$ of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. ?401 REVISED PRaPDSAL FDRM I II III IV V Bid Item BID ITEM ~ Unit Q~ D escrlptian Unit Price in Extension tQty Figures x Unit Priced in F' s All Necessary Pump Equipment for Control of Wastewater Flows Bypass of 18" Lines} All Depths}, C- 111 DAY complete in place per 2 Hour Peri 1,018.00 $ - Pressure Pipe for Bypass of 18" Line, Complete in place C- 112 LF per Linear Foot 14.13 $ Signing & Traffic Control Detail A}, complete in place C- 113 DAY pex ,D.~a 127.88 $ - Signing & Traffic Control Detail B}, complete in place C- 114 DAY per Day 127.88 $ - Signing & Traffic Control Detail C}, complete in place C- 115 DAY per Day 127.8$ $ - Sigrvng & Traffic Control Detail D}, complete in place C- 11 G DAY per Dad 180.13 $ - Signing & Traffic Control Detail E~, complete in place C- 117 DAY per ,D~ G5.00 $ - Signing & Traffic Control Detail F~, complete in place C- 118 DAY ~ per ~ ~ 75.00 $ - Signing & Traffic Control Detail G}, complete in place C- 119 DAY per Day 115.00 $ - Signing & Traffic Control ~DetaiI H}, complete in place C- 120 DAY per ~ 70.00 $ - Signing & Traffic Control Detail l}, complete in place C- 121 DAY per ~T G5.00 $ - Signing & Traffic Control (Detail ]}, complete in place C- 122 DAY per ~ 121.00 $ - Signing & Traffic Control (Detail K}, complete in place C- 123 DAY per ~ G9.50 $ - Signing & Traffic Control tDetail L}, complete in place C- 124 DAY per Day 110.00 $ - Addendum No. 2 Attachment 12 Page 19 of 35 Laguna Madre I I Santiary Sewer Manhole and Gravity Collection Line Replacement/ Rehabilitation Project No. 740I REVISED PROPOSAL FORM I II III IV ~ Bid Item BID Q~ ~ Unit Description Unit Price in ' Extension Qty ITEM F es x Unit Price in Fi es ,ignmg ~ i rattic control (lleta:~ M~, complete m puce C- 125 DAY per ~ 47.b7 ~ Signing & Traffic Control Detail N}, complete in place C- 126 DAY per Day 180.00 ~ Signing & Traffic Control Detail 0}, complete in place C- 127 DAY per ~ 120.00 $ Signing & Traffic Control Detail P}, complete in place C- 128 DAY per ~ 147.13 ~ C~ 129 TBD Preparation of a Traffic Control Plan, Allowance TBD TBD C- 130 DAY Flagger, complete in place per Day 21 b.DO C- 131 TBD Staging Area, .Allowance TBD TBD Removal & Replacement .of Barb Wire Fencing, C• 132 LF complete in place per Linear Foot 38.50 ~ Removal & Replacement of Chain Link Fencing, C- 133 LF complete in place per I~n_e,~x Foot 79.20 ~ Removal & Replacement of Wood Fencing, complete in C- 134 LF place per in r F t 99.00 ~ Removal & Replacement of Masonry Fencing, C- 135 TBD Allowance TBD TBD All Weather Access Alley}, complete in place per ~ C- 136 SY Yard 49.50 ~ All Weather Access Residential},complete in place per C- 137 SY SQUare Yard T..~ ~~~ 54.9b $ All Weather Access Commercial}, complete in place per C- 138 SY Scare Yard 82.50 $ Addendum No. Z Attachment 12 Page 24 of 35 Laguna Madre I I Santiary Sewer Manhole and Graoity Collection Line Replacement/ Rehabilitation Project No. T40I REVISED PROPOSAL FORM I II III ~ IV V Bid Item BID ITEM & Unit Q~ ~ Descnptron Unit Price in Extension (Qty Figv~res x Unit Price} in F' s C-139 EA Tree Removal ~Up to $" Dia, Trunk}, complete per Earl 192.50 ~ - Tree Removal ~Gxeater than 8" Dia. Trunk}, complete C-140 EA per Each 275.00 $ - Erosion Control - flock Sodding, complete in place per C- 141 SY S uar Yard 13,g$ ~ - Erosion Control -Spot Sodding, complete in place per C-142 SY S uaxe Yard 10.50 $ - Erosion Control-Silt .Fence and/or Silt Barrier, complete C- 143 LF in place per Linear Foot 9.87 ~ _ C-144 EA Construction Exit, complete in place per Each 2,003.08 ~ - C- 145 SF Repair Driveway, complete in place per S9~ Foot 7.07 $ - C-146 SF Repair Sidewalk, complete in place per axe Faot 4.74 ~ - Repair Curb and Gutter or Valley Gutter, complete in C- 147 LF place per Laneax Foot 27.G4 ~ C- 148 EA Curb Ramp, complete in place per Each 514.85 $ - . Boating & Encasing o~ Collection Line under State C-149 LF Highway R4W, ~ 30" Dia., 301.78 $ - Mobilization/Bonds/Insurance-0 to 30 Locations, C-150 LS complete in place per Lum Sum 20,000.00 ~ - Mobilization/Bonds/Insurance-31 to 75 Locations, C-151 LS complete in place per L~ 35,000.00 $ - Mobilization/$onds/Insuxance~75+ Locations, complete C-152 LS in place per L~um 50,000.00 $ H & G Contractors, Inc. herewith certifies that the prices shown on this print-out far bid items including any additive or deductive alternates} contained in this proposal are the unit prices and no other Information from this price-out. H & G Contractors, Inc. 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 N} shown in this print-out by the respective estimated qua~atities shown in the Proposal Column II} and then totaling the extended amounts. rrr f ~~. %~ ~` Signa :Gary Garnett Title: Vice President Date: Apri12~, 249 Addendum No. 2 Attachment 12 ~e 21 cif 35 Laguna padre ~ & = Saaitaxy Saver ~anbole and gravity oolloc~ion line rePleoement/~cehebilitation ,~o~oc_t„ aa. 7441 ~i~VIBSD PROPOSAL FOSS `Coefficient to be Applied to ~Jnit Prices for Emergency Delivery Orders -C~ ~ Please Indicate ~'actox Above ~ * Contractor's Coefficient to be Appl ~.ed to Unit Prices fax Emergency Delivery Orders must be included by tie bidder, ~,~ accordance with Special Provision A--87, "Delivery Order Program", A~~ ~o . a ATTACIT I+1O. 1~ Pegs ~2 of 35 Manhole and Gravity Collection Dine Replacement/ Rehabilitation Project No. 7401 REVISED PROPOSAL FORM Delivery Order Example Pacing Assessment Manhole ID #1 I II III N V Bid Item BID Unit Price in Extension Qty ITEM Q~' & Unit Description . Frgures x Uiut Price} ~n Fimues BID ITEMS FOR MANHOLE REPLACEMENT/REHABILITATION Remove and dispose exist. Wastewater manhole, per M- 1 1 EA Each $ 1,241.50 $ 1,241.50 Replace San. Sew. MH ~G Ft Dia} ~0'-G' Depth}, complete M~ G 1 EA in place per Each $ 8,605.36 $ 8,605.36 Extra Depth over G ft. for MH (G Ft. Dia Replace}, M- 7 7 VF complete in place per Vertical Foat $ 846.81 $ 5,927.67 Well Pointing (per linear foot of trench}, complete in M- 27 25 LF place per Linear Foot $ 159.26 $ 3,981.50 Rehab (Cured-in-Place Pipe} Gravity Collection Line X12 C- 23 400 LF in. dia.}, complete in place per Linear Foot $ 96.25 $ 38,500.00 Mobilization/Demobilization for Well Pointing per Each M- 28 ~ EA Site Location $ 1,650.00 $ 1,650.00 Trench Safety for Manhole Excavation ~> 12' Depth}, M- 32 1 EA complete in place per Each $ 1,210.00 $ 1,210.00 All Necessary Pump Equipment for Control of Wastewater Flows Bypass of 8" Lines} All Depths}, M- 33 10 DAY complete in place per D~a ~ $ 437.19 $ 4,371.90 Pressure Pipe for Bypass of 8" Line, Complete in place M- 34 500 LF per Linear Foot $ 12.37 $ 0,1$5.00 Cut & Restore Concrete Pavement, complete in place M- 2G 1.8 CY per Cubic Yard $ 1,604.39 $ 2,887.90 Signing & Traffic Control Detail D}, complete in place M- 4G 8 EA per ~ $ 180.13 $ 1,441.04 Erosion Control-Silt Fence and/or Silt Barrier, complete M- 73 35 LF in place per Linear Foot $ 5.36 $ 187.60 Sub-total $ 76,189.47 Emergency Delivery Order Co-Efficient X 5.00% $ 3,809.47 Subtotal $ 79,998,95 Addendum 2 Attachment No.12 Page 23 of 35 - Manhole and Gravity Collection Line Replacement/Rehabilitation Pro ject No. 7401 REVISED PR~P~SAL FORM Manhole ID #Z I II III N v Bid Item BID Unit Price in Extension (Qty ITEM Q~ & Unit Description , Figures x Unit Pnce~ to F' es BID ITEMS FAR MANHQLE REPLACEMENT/REHABILITATIaN Remove and dispose exist.~Wastewater manhole, per M- 1 1 EA Each $ 1,D40.50 $ 1,040.50 Replace San. Sew. MH ~5 Ft Dia} ~0'-G' Depth), complete M- 4 1 EA in place pex Each $ 7,840.84 $ 7,840.84 Extra Depth over G ft. for MH ~5 Ft. Dia Replace}, M- 5 3 VF complete in place per Vertical Foot $ 886.56 $ 2,659.68 Extra Depth over G ft. for MH Corbel Removal/Replacement ~5 Ft. Dia. Rehab}, complete in M- 13 3 VF place per Vertical Foot $ 886.56 $ 2,659.68 M- 18 1 DAY Furnish Vacuum Truck ~'I'andem}, per Z4 Hour Period $ 3,184.50 $ 3,184.5D Trench Safety fox Manhole Excavation ~8' to 10' depth, M- 30 1 EA complete in place per Each $ 880.00 $ 88DAD Service Lateral Replacement, complete in place per M- 20 15 LF Linear Foot $ 61.51 $ 922.65 Extra Depth over G ft for Service Lateral Replacement, M- 20 3 VF complete in place per Vertical Foot $ 104.17 $ 312.51 Cut & Restore Pavement HMAC Pavement, complete in M- 22 9 SY place per Saute and $ 217.42 $ 1,956.78 Restore HMAC Pavement Type D Type D HMAC=Approx.110 LB/SY/IN), complete in place per M- 23 3 TQN Ton $ 181.5D $ 544.50 Prime Coat MC-30 ~a 0.15 Gal/SY, complete in place M- 24 1.4 GAL per Gallon $ 120.00 $ 1 G8.OD Crushed Limestone Base ~In-Place Measure, Variable M- 25 1.5 CY Depth}, complete in place per Cubic Yard $ 88.00 $ 132.00 Signing & Traffic Control (Detail L}, complete in place M- 53 8 DAY per Dia rr $ 110.00 $ 880.DD Erosion Control-Silt Fence and/ox Silt Barrier, complete M- 70 30 LF in place per Linear Foot $ 6.05 $ 1$1.50 Subtotal $ 23,363.14 Addendum No. 2 Attachment No.12 Page 24 of 35 Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PRCfPQSAL FGRM Manhole ID #3 I II III IV V Bid Item BID ~t3' & Unit Description Unit Price inn ' Extension ~~ty ITEM . F res ~ x Unit Price in ~ F' es BID ITEMS FDR MANHULE REPLACEMENT/REHABILITATIQN Rehab ~FRP~ San. Sew. MH ~5 Ft Dia} ~0'-G' Depth}, M- 11 1 EA - complete in place per Each $ 7,575.88 $~ 7,575.88 Extra Depth over G ft. for MH ~5 Ft Dia. Rehab}, M- 12 3 VF complete in place per Vertical Foot $ 775.46 $ 2,32G.38 Extra Depth over G ft. for MH Corbel Removal/Replacement ~5 Ft. Dia. Rehab}, complete in M-13 3 VF place per Vertical Foot $ 775.4G $ 2,32G.38 Trench Safety for Manhole Excavation ~8' to 10' depth}, M- 30 1 EA complete in place per Each $ 880.00 $ 880.00 All Necessary Pump Equipment for Control of Wastewater Flows (Bypass of 15" Lines} All Depths), M- 39 8 DAY complete in place per Day $ 1,012.50 $ 8,100.00 Pressure Pipe for Bypass of 15" Line, Complete in place M- 40 500 LF per Linear Foot $ 14.13 $ 7,OG5.00 Removal & Replacement of Chain Link Fencing, M- 63 25 LF complete i~ place per Linear Foot $ 79.20 $ 1,980.00 Erosion Control -Block Sodding, complete in place per M- 71 35 SY S ware Y rd $ 21.02 $ 735.70 Signing & Traffic Control Detail K}, complete in place M- 53 8 DAY per ~ $ 107.28 $ 858.24 Erosion Control-Silt Fence and/or Silt Barrier, complete M- 73 25 LF in place per Linear Foot $ 7.00 $ 175.00 Repair Curb and Gutter or Valley Gutter, complete in M- 77 15 LF place per Linear Foot $ 33.89 $ 508.35 M- '15 150 SF Repaix Driveway, complete in place per S ware Foot $ 7.07 $ 1,460.50 All Weather Access ~Residential~, complete in place per M- d7 17 SY Square Yard $ 54.96 $ 934.32 M- 76 100 SF Repair Sidewalk, complete in place per Square-Foot $ 6.59 $ 659.00 Subtotal $ 35,184.75 Addendum No. 2 Attachment No.12 Page 25 of 25 Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PR4PGSAL FDRM . Manhole ID #4 I II III IV ---- v Bid Item BID Unit Price in Extension Qty ITEM Q~ ~ Unit Descrtptton F' es x ' ~gur Uiut PMCe} ~n F' es BID ITEMS FOR MANHOLE REPLACEMENT/REHABILITATION Rehab ~FRP} San. Sevv. MH ~4 Ft Dia} ~0'-G' Depth}, M- 8 1 EA complete in place per Each $ 5,771.84 $ 5,771.84 Trench Safety for Manhole Excavation ~5' to 8' depth}, M- 29 1 EA complete in place per Each $ 440.00 $ 440.00 M-19 1 DAY Furnish Vacuum Truck Tanker}, per 24 Hour Period $ 3,300.00 $ 3,300.00 Cut & restore Pavement HMAC Pavement, complete in M- 20 7 SY place per S ware Yard $ 230.84 $ 1,G15.88 Restore HMAC Pavement Type D 'Type D HMAC=Approx.110 LB/SY/IN}, complete in place per M- 21 2.3 TAN Ton $ 203.27 $ 4G7.52 Prime Coat MC-30 (~ 0.15 Gal/SY, complete in place M- 22 1.1 GAL pex G on $ 151.83 $ 1 G7.01 Crushed Limestone Base ~In-Place Measure, Variable M- 23 1.2 CY Depth}, complete in place per Cubic Yard $ 110.00 $ 132.00 Tree Removal Greater than 8" Dia. Trunk), complete M- 70 1 EA per Each $ 275.00 $ 275.00 Erosion Control -Block Sodding, complete in place per M- 71 G3 SY SQ~ and $ 11.93 $ 751.59 Erosion Control-Silt Fence and/or Silt Barrier, complete M- 73 25 LF in place per Linear Foot $ 7.00 $ 175.00 Signuig & Traffic Control ~Detaii P}, complete in place M- 58 8 DAY per ~ $ 147.13 $ 1,177.04 M- 60 8 DAY Flagger, complete in place per ~r ~ $ Z1G.00 $ 1,725.00 M- ?8 1 EA Curb Ramp, complete in place per Each $ G53.4G $ G53.4G M- 76 GO SF Repair Sidewalk, complete in place per are Foot $ 9.19 $ 551.40 Repaix Cuxb and Guttex or Valley Gutter, complete in M- 77 15 LF place per Linear Foot $ 33.89 $ 508.35 Subtotal $ 17,714.09 Addendum No. 2 Attachment No.12 Page 2G of 35 Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PR4P~SAL FARM Manhole ID #5 . . I II III IV V Bid Item BID Qry ~ Unit Description Unit Price in Extension Qty ITEM . F' res ~gu x Unit P ' ' Mce} in F' es BII~ ITEMS FUR MANHOLE REPLACEMENT/REHABILITATIUN Remove and dispose exist. Wastewater manhole, per M- 1 1 EA Each $ 839.50 $ 839.50 Replace San. Sew. MH ~4 Ft Dia ~0'-G' Depth},complete M- 2 1 EA in place per Each $ 5,094.60 $ 5,094.60 Extra Depth over G ft. for MH ~4 Ft. Dia Replace}, M- 3 3 VF complete in place per Vertical Foot $ 640.50 $ 1,921.50 Trench Safety for Manhole Excavation ($' to 10' depth}, M- 30 1 EA complete ha place per ach $ 440.OD $ 440.00 All Necessary Pump Equipment for Control of Wastewater Flows Bypass of 12" Lines} All Depths}, M- 37 7 DAY complete in place per Dad $ 712.50 $ 4,987.50 Pressure Pipe far Bypass of 12" Line, Complete in place M- 38 500 LF pex Linear Foot $ 14.13 $ 7,065.00 Removal & Replacement of Wvod Fencing, complete in M- 64 20 LF place pex Linear Foot $ 99.00 $ 1,980.00 M- b9 2 EA Tree Removal ~Up to 8" Dia. Trunk},complete pex Each $ 192.50 $ 385.00 M- 74 1 EA Construction Exit, complete in place pex Each $ 2,003.68 $ 2,003.68 Erosion Cvntrol -Block Sodding, complete in place per M- 71 25 5Y Sp~-Yard $ 17.75 $ 443.75 Erosion Control-Silt Fence and/or Silt Barrier, compalce M- 73 20 LF in place per Linear Foot $ 8.43 $ 1 GS.GO Subtotal $ 25,329.13 Addendum No. 2 Attachment No.12 Page 27 of 35 Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PRaPOSAL FARM Pine Burs I II III IV V Bid Item BID Q~ ~ Umt Description Unit Price in Extension Qty ITEM F, figures , x Unit Prtce} m F' s Rehab Pipe Bursting Gravity Collection Line ~$ in. dia, C- 1 200 LF 0-G' depth}, complete in place per Linear Fiat $ 73.15 ~ 14,630.00 Service Lateral Replacement, complete in place per C- 89 20 LF Linear Foot $ GO.G9 ~ 1,213.80 Cut & Remove HMAC Pavement, complete in place per C- 91 3G SY S~ and ~ 53.69 ~ 1,932.84 Restore HMAC Pavement Type D Type D HMAC=Appxox.110 LB/SY/IN}, complete in place per C- 92 12 T4N Ton $ 121.92 $ 1,463.04 Prime Coat MC-30 ~ 0.15 Gal/SY, complete in place C- 93 5.4 GAL per Gallon $ 63.82 ~ 344.63 Crushed Limestone Base ~n-Place Measwre, Vaxiable C- 94 G CY Depth}, complete in place per C bi and $ GG.00 $ 396.00 Trench Safety for Collection Line Excavation ~5' to 8' C- 98 200 LF depth}, complete in place per Linear F of ~ 6:05 ~ 1,210.00 All Necessary Pump Equipment fox Control of Wastewater Flows Bypass of 8" Lines} All Depths}, C-103 10 DAY complete in place per .D~a $ 377.19 3,771.90 Pressure Pipe for Bypass of 8" Line, Complete in place C-104 500 LF per Linear Foot $ 12.37 ~ 6,185.00 Signing & Traffic Control Detail A}, complete in place C-113 $ DAY per ~ $ 127.$$ ~ 1,023.04 Erosion Control-Silt Fence and/or Silt Barrier, complete C-143 200 LF in place per Linear Faot ~ 4.14 $ 828.00 Subtotal $ 32,998.25 ADDENDUM N0.2 ATTACHMENT ND.12 Page 28 of 35 Manhole and Gravity Collection Line Replacement/Rehabilitation Pro ject No. 7401 REVISED PRQPaSAL FARM Paint Re aix #1 I II III IV V Bid Item BID & Unit ~~' Descri lion p Unit PMCe in Extension Qty ITEM Fi es gur x Unit Pric ' e) ua Fi es rvtnt xepair .t u.. gravity ~ouec~on .~sne ~u- ~ u linear C- 35 1 EA feet at G' - 8' depth), complete in place per Each $ 13,503.70 $ 13,503.70 Additional Length Point Repair 10" Gravity Collection C- 39 15 LF Line ~G' - $' Depth}, complete in place per Linear Fvot $ 478.52 $ 7,177.80 Service Lateral Replacement, complete in place per C- 89 20 LF Linear Foot $ GO.G9 $ 1,213.80 D~Iell Pointing (Per Linear Fdot of Trench), complete in C- 9G 25 LF place per Linear Foo $ 159.26 $ 3,981.50 Mobilization/Demobilization for Well Pointing per Each C- 97 1 EA Site Location $ 1,650.00 $ 1,650.00 Trench Safety far Collection Line Excavation ~5' to 8' C- 98 25 LF depth}, complete in place per Linear Foot $ 24.20 $ 605.00 All Necessary Pump Equipment for Control of Wastewater Flows Bypass of 10" Lines} All Depths), C-105 2 DAY complete in place per ~ $ 497.19 $ 994.38 Pressure Pipe for Bypass of 10" Line, Complete in place C-106 500 LF per Linear oot ~ 12.37 $ 6,185.00 Removal & Replacement of V~lood Fencing, complete in C-134 GO LF place per Linear Foot $ 36.67 $ 2,200.20 C-139 1 EA Tree Removal (Up to 8" Dia. Trunk}, complete per Epic $ 192.50 $ 192.50 Erosion Control -Spot Sodding, complete in place per C-14Z 50 SY S ware Yard $ 9.15 $ 457.50 Erosion Control-Silt Fence and/or Silt Barrier, complete C-143 20 LF in place per Linear Foot $ 15.60 $ 312.00 C-144 1 EA Construction Exit, complete in place per Each $ 2,003.68 $ 2,003.68 Subtotal $ 40,477.06 Addendum No. 2 Attachment No.12 Page 29 of 35 Manhole and Gravity Collection Line Replacement/Rehabilitation Project No. 7401 REVISED PRGPDSAL FGRM Point Revair #2 I ~~ III __ Iv v Bid Item BID ~ Unit ~~ Description Unit Price in Extension (qty ITEM Figures x Unit Price} in F' es Point Repair 8" Gravity Collection Line ~0-10 linear feet C- 2G 1 EA at 0' - 6' depth}, complete in place per Each ~ 12,155.89 $ 12,155.89 Cut & Restore Pavement HMAC Pavement, complete in C- 91 10 SY place pex S are Yard $ 1G0.$7 ~ 1,G08.70 Restore HMAC Pavement Type D Type D HMAC-Approx.110 LB/SY/IN}, complete in place per C- 9Z 3.3 TnN Ton ~ 153.34 ~ 50G.02 Prime Coat MC-30 a~ 0.15 Gal/SY, complete in place C- 93 1.5 GAL pex G lion ~ 221..14 ~ 331.71 Cxushed Limestone Base (In-Place Measure, Variable C- 94 1.G CY Depth}, complete in place per is Y d ~ 82.50 ~ 132.00 C- 88 1 DAY Furnish Vaccum Truck ~T'anker},pex 2 - oux Peri d $ 3,340.00 ~ _ 3,304.00 Well Pointing Per Linear Foot of Trench}, complete in C- 9G 10 LF place per Linear Foot ~ 179.00 ~ 1,790.00 Mobilization/Demobilization for Well Pointing per Each C- 97 1 EA Si e Location ~ 1,G50.00 ~ 1,G50.00 Trench Safety for Collection Line Excavation ~5' to 8' C- 98 10 LF Depth}, complete in place pex Linear Foot ~ 60.50 ~ G05.00 Signing & Txaffic Control Detail J}, complete in place C-122 5 DAY pex ~ ~ 121.00 $ G05.00 Tree Removal Greater than $" Dia. Trunk}, complete C-140 1 EA pex Each $ 275.00 ~ 275.00 Erosion Control-Silt Fence and/ox Silt Barrier, compalce C-143 20 LF in place per Linear Foot $ 15.G0 $ 312.00 Service Latexal Replacement, complete in place per C- 89 20 LF Lin ~r Foot $ GO. G9 $ 1,213.80 C-144 1 EA Construction Exit, complete in place per Each ~ 2,003.G$ $ 2,003.G8 Sub-total $ 2G,488.80 Emergency Delivery Under Co-Efficient X 5.04% $ 1,324.44 Subtotal ~ 27,813.24 Addendum No. 2 Attachment No. t2 Page 30 Of 35 Manhole and Gravity Collection Line Replacement/ Rehabilitation Pro ject No. 7401 REVISED PRQPGSAL FGRM Remove and Re lace Manhole and Gravi Collection Line I II III IV V Bid Item BID Unit Price in Extension Qty ITEM Qty & Unit Description . FXgures x Unit PMCe) ~n F' s Remove and dispose exist. Wastewater manhole, per M- 1 3 EA Each ~ 1,710.82 $ 5,132.46 Replace San. Sew. MH ~G Ft Dia} ~0'-G' Depth}, complete M- G 3 EA in place per Each $ 8,851.08 $ 26,553.24 Extra Depth over G ft. for MH ~G Ft. Dia Replace}, M- 7 9 VF camplete in place per Vertical Foot $ 969.06 $ 8,721,54 Trench Safety for Manhole Excavation (10' to 12' depth}, M- 31 3 EA complete in place per Each $ 403.34 $ 1,210.02 All Necessary Pump Equipment for Control of wastewater Flows Bypass of 18" Lines} All Depths}, M- 41 30 DAY complete in place per Dad $ 1,018.00 $ 30,540.00 Pressure Pipe for Bypass of 18" Line, Complete in place M- 42 500 LF per Linear Foot $ 14.13 $ 7,065.00 Signing & Traffic Control Detail M}, complete in place M- 55 30 DAY per ~ $ 47.67 $ 1,430.10 Erosion Control -Block Sodding, complete in place per M- 71 657 SY SQL Yard $ 4.81 $ 3,160.17 Repair Curb and Gutter or Valley Guttex, complete in M- 77 592 LF place per Linear Foot $ 15.15 $ 8,968.80 Remove and Replace 18" Gravity Collection Lane ~8' - C- 83 381 LF 10' Depth}, complete in place per Linear Fo t $ 90.07 $ 34,316.67 Remove and Replace 18" Gravity Collection Line X10' - C- 84 469 LF . 12' Depth}, complete in place per Linear Foot $ 103.77 $ 48,668.13 Trench Safety for Collection Line Excavation ~8' to 10' C- 99 384 LF Depth}, complete in place per Linear Foot $ 1.95 $ 748.80 Trench Safety for Collection Line Excavation X10' to 12' C-1 DO 469 LF Depth}, complete in place per Linear Fvot $ 3.17 $ 1,486.73 Signing & Traffic Control Detail K}, complete in place C-123 20 DAY per .D..~a $ 22.00 $ 440.00 C-130 15 DAY Flagger, complete in place per ,D~a rr $ 216.00 $ 3,240.OD C-139 1 EA Txee Removal ~Up to 8" Dia. Trunk}, complete per Each $ 192.54 $ 192.50 C-148 2 EA Curb Ramp, complete in place per Etch $ 514.85 $ 1,029.70 Boring & Encasing of Collection Line under State C-149 259 LF Highway ROW, < 30" Dia., per ar F of $ 361.78 $ 93,701.02 C-146 2955 SF Repair Sidewalk, complete in place per S u e Foot $ 4.74 $ 14,006.70 Subtotal $ 290,611.58 Addendum No. 2 Attachment No.12 Page 31`af 35 Manhole and Gravity Collection I~ne Replacement/ Rehabilitarian Project No. 7401 REVISED PRGPGSAL FGRM Grand Total for Delivery Qrder Pricing Assessment No.1 thro h No. 8 Manhole ID#1-Subtotal $ 79,998.95 Manhole ID #2 • Subtotal $ 23,3G3.14 Manhole ID #3 -Subtotal $ 35,184.75 Manhole ID #4 -Subtotal $ 17,714.09 Manhole ID #5 -Subtotal $ 25,329.13 Pi Burs ' -Subtotal $ 32,998.25 Point Re air #1-Subtotal $ 40,477.OG Point Re air #2 -Subtotal $ 27,813.24 Removal and Re lace Manhole and Gravi Collection Line $ 290,G11.58 Mobilisation -Bonds -Insurance H $ 4,OOD.UO Mobilization -Bonds -Insurance Coll. Lines} $ 3,300.DD Total Pricing Assessment Bid $ 580,790.19 Addendum Na. 2 Attachment No.12 Page 32 of 35 Lagw~a l~adxo ~ & I ~a~.tary Sewer ~a~nhola sad Qravity colleaeion lin® rop~aaemer~t/rshabi~~.tativa pr~~,+~-e~ ,~a. 741 RRVIB~D PROP0~1L FORS The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifica~ons and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that na representations made by the City are in any sense a warranty but are mere estunates for the guidance of the Contractor. Upon not cation of award of contract, we will within ten ~l~}calendar days execute the formal contract and will deliver a Performance Bond (as required} for the fa~Ih~l performance of this contract and a Payment Bond (as required to insure payment for all lobar and materials. The bid bond attached to this proposal, in the amount of S~/~ of tha highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby, MinorttylMl~orlty Business Enterpr~e ~articigation: The apparent law bidder shall, within two days (five days for Conl~rractors outside NueceS County) of receipt of bids, submit to the City Fmgineer, in wrung, the name's and addressor of MBB firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Sfgned Sets of Documents: The contract and a!l bonds will be prepared in not less than four counterpart original signed} sets. Time of Coanptetiion: The working time for completion of the Project shall be as specified in each Delivery Crdor to this contract and will be based an a production rate of approximately ten (10} calendar days per manhole to~ be replaced, seven (7} calendar days per manhole to be rehabilitated, I~ive (S}calendar days per ~D linear feet ~F} of gravity collection line point repairs and one (l ~ calendar day per 241inear feet (LF} of gravity collection line pipe bursting. The undersigned further declares that he will provide alt necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set Earth. Receipt of the following addenda is acknowledged (addenda number}: 4- 9y ~tespectfully submitted; Name: H & G C~or~tractors In+c. By; ~~ ~ SIGNAT~j ~SEAta - if Bidder is a Corporation} Address: ,~,,,~. ~ 1n~ r ~-~ r 78464 ~ (P.D. Bax~ (Street} ~ 225 Road (City) (State} (Zip} C. C. ~ Tx 78409 Telephone; 4 N4T~: Da not detach bid from other papers. Fill in with ink and submit complete with attached papers. PR(7194} ADDD~ NQ. ~ A~TAC~ N4. la Page 33 of 35 The Contractor will commence work within ten Flo} calendar days from date they receive written work order. The r~orkinq tixae for completion of the Project shall be as specified in each Delivery order to this contract and gill be based on a production rate of approximately ten ~ 14 y calendar days per manhole to be replacedr seven ~7~ calendar days per manhole to be rehabilitated, five ~5~ calendar days per 24 linear feet tLF~ of gravity collection line point repairs and one ~1~ calendar day per 24 linear feet 4LFy of gravity collection line pipe bursting. 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. . ~ _ .: ,,,. . ~_~ ,~ ~- :~ k ~~ r 4 Agreement Page 2 o f 3 ATTE City Secretary APPROVED S TO LE FO r By: Asst. City torney ww~- - ° CITY~4F CORPUS CHRISTI By' Oscar Martinez Assistant City Manager By~ Pete Anaya, P.E. Director ~f Engineering Services CgNTRACTgR H & G Contractors Inc . By: Title : ~~ /~G~`~f~~~~ 1225 SOUTHERN MINERALS RD. Address} CgRPUS CHRISTI, TX 78409 City} State} ~ZTP} 361/289-2556 * 361/289-2757 tPhone} Fax} ~*,~.~ ~~~ AUTHOftitEA Rl' COtfRCll...,~.~v~.~~~q .~.:~ s~c~tE~~uty ~-h Agreement Page 3 o f 3 ~' r `' ;Y !: ' }: ._ '. µ~ i! PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § BOND No. 23D4739 ~CNOW ALL BY THESE PRESENTS: THAT H & G Contractors InC. of NUECES County, Texas, hereinafter called "Principal", and INSURANCE COMPANY OF THE WEST * a corporation organized under the laws of the State of CAL~FORN:TA , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Carpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of ONE MILLION, FOUR HUNDRED THOUSAND AND NO/100 ~$1 d00 044,OOy DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: *INDEPENDENCE CASUALTY & SURETY CO. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 21ST of JULY 20 09 a copy of which is hereto attached and made a part hereof, for the construction of: LAGUNA I+~iADRE I ~I SANITARY SEWER MANHOLB AND GRAVITY COLLECTION LINE REPLACEMENT/REHABILITATION PROJECT NO, 7401 (TOTAL AMOUNT AWARDED: $1,444,400.44 NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one ~1~ year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this band, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed there~~nder. P~rf~,~rm~rlc,e Bold ~~ ~.:~ ~}~ ~~- ~~= ~~~ k; "+w !' y}I ~...; g 'ii 'y f S~ f ~ :~, i ~- F `~ x~ .; ~~}~ ~, ~~~, •~ This bond is given to meet the requirements of Article 5I6D, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process mad be had in matters arising nut of such suretyship, as provided by Art. 7,19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 22ND day of JULY ~o D9 • PRINCIPAL gy. (Pri~it 1 ATTEST ~~~e~ L=~~~i~~ ~,~~~1~ Print Name & Tit~.e} SURETY /7 GG~lLC/.CJ. INSURANCE COMPANY OF THE WEST INDEPENDENCE CASUAL`L'Y & SURETY Co. By: - ~: Attorney- fact ,~ R ~-~ .~ .., ~;° MARY ELLE OGRE ..:.. ` .- . r. (Print Name} w~Vea.4 lL ~. @~~; SWANTNER & GORDON INSURANCE AGENCY Contact Person: MARY ELLEN M04RE Addar'ess ; P .0 . BOX 8 74 CORPUS CHRISTI, `T`EXAS 7S4D3 rr•~i ir~~rrr~r~~~ru+~+r~~.~r~m.rrrri~Ar r ~~.rir•~~~.ir~~n~rrrnrn~i~mn..iomiirr~ Phone Number: 361--853-17].1 [N~T~: Date of Performance Band mush not be prior to date r.~f ~~vr~r.r.act) (Redss~d ,3I~~~ Performance Bond PayP ~ o f 2 ~ , STATE 4F TEXAS § COUNTY OF NUECES § BAND NQ. ~3Q4?39 KNOW ALL BY THESE PRESENTS: ~~ THAT H ~ G Contractors Inc, of NUECES County, Texas, hereinafter called "Principal", and INSURANCE COriPANY of rI'HE WEST - '~'' a corporation organized under the laws of the State of cALIFORNZA and duly authorized to do business in the State of Texas, ~,~; hereinafter called "Buret ", are held and firml b y y ound unto the City of Corpus Christi, a municipal corporation of Nueces Count Y, Texas, hereinafter called "City", and unto all persons, firms and ...,, ~~~ corporations supplying labor and materials in prosecution of the ,; work referred to in the attached contract, in the penal sum of ONE _____ LLION FOUR HUNDRED THOUSAND AND No/100 ~$~400,000.00~ DOLLARS ~~ lawful money of the United States, to be aid in Nueces C ~.__ p aunty, '~~ Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and ~~~ successors, faintly and severally, firmly by these presents: _ *INDEPENDENCE CASUALTY ~ SURETY Ca. THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus ~~~ Chrlstl, dated the 21ST day JULY 20 09 , a copy of which is hereto attached and made a part hereof, for the construction of: LAGUNA MADRE r~I SANITARY sEwER MANHOLE AND GRAVITY COLLECTION LINE REFLACLMENT/REHABILITATION PRaJECT No . ~ 4 o i TOTAL AMOUNT AWARDED; $1,400,000,00y ?:~ NQW, THEREFORE, if the principal shall faithfully perform its { ~~ duties and make prompt payment to all persons, firms subcontractors, corporations and claimants supplying labor and ~~~ material in the prosecution of the work provided for in said {~~ contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this _~~ bond, venue shall lie in Nueces Count Texa b, y, s . .x 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 la p ns specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereb Y waive notice of any such change, extension of time, alteration or addition to the terms of the contract, ar to the work to be performed thereunder. PAYMENT SAND Payment B{end Page 1 of 2 ~' ~,: ' z~ 3 .~y This bond is given Vernon's Civil Statutes the State of Texas. Th as used herein are in Article. to meet the requirements of Article 5160, of Texas, and other applicable statutes of e terms "Claimant", "Labor" and "Material", accordance with and as defined in said 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 wham service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN ji~TITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the ~~ND day o f JULY Z Q 09 PRINCIPAL H & G CGN`.CRACTQRS, INC. By' ~Prin'~ Name & ~'itie} ~~ ATTEST • .. ., f., -,~ .. ~[i ... aR Print Name & Title} ; ,~ . -•~~~ SURETY ~ . .:~ INSURANCE COMPANY OF THE WEST INDEPENDENCE CASUALTY & SURETY Co. ;.`/ By .,', ~ - Attorneyy -fact - .~ MARY ELI MooRE - .~' N~ ~~~ J ;Print Name} ~ ~~„~ - - -... .. _ ..: - .. ~ C id .. ~ ~~ t fib ~ - _ ~.J ~ ~- .n,..t ~ ~~~ ~~ - ,x . r ... ;z AgenG'y: SWANTNER & GCRDON INSURANCE AGENCY CantaCt Person: MARY ELLEN MoORE ~te~8: P.Q. BoX 870 ~:~ CURPUS CHR~STT `T'EXAS 78403 Phone Number: .361-883-1711 t -t •;"r'~'i F : Date ~:~f ~aymPnt Hond must not k;p pxior_ ~o ~~ate of cent rant) (Hes~ri.~ed 3I~~; Payment 3on;~ P a c~ e 2 o f~ .l No. 0004471 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That insurance Company of floe West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint H.M. CANTWELL, AMY SHUMATE, TAMI J. DUNCAN, R.M. LEE, MARY ELLEN MOORS their true and lawful Attomey(s}in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008. a ,•'~ ~5 ~N~~ ~~ ~vd ca+~P'~r a~ ~~ti ~ •~aaa,~ fi ~, Cf `~G acOrpaMTFO ¢ ~ c-° ~~ e' ° ~ ~ x INSURANCE COMPANY OF THE WEST ~ ~ ~ 0 o SEAL e ~ ~ ~ ,~ a EXPLORER INSURANCE COMPANY '+ 1, ~~' ~'~ '~, ~~ b ' ~ a ~ INDEPENDENCE CASUALTY AND SURETY COMPANY ~~ ~ ~~~ Jeffrey D. Sweeney, Assistant Secretary State of California ss. County of San Diego J. Douglas Browne, Senior Vice President On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me an the basis of satisfactory evidence to be the persons} whose names) islare subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. MNiY C0~ v M[~TA~F~Y ~ ~1~h80S990 ~ ~ SA OI~~OtbcnE~xp~ '~ !Il~~1'FR ~0. i~DD~ Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the persons) named as Attomey(s}in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bands, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, maybe facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this 2 2ND day of JULY 2 ~ D9 Jeffrey D, Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division, Please refer to the Power of Attorney Number, the above named individual(s) and details of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2445 or call (8S8) 350-2400. This Power is in full farce and effect until revoked ' ® F CARD ERTIFI ATE LIABILITY INSURANCE DPiD HESH C ~ ~F DATE ~MMIDDmrYY~ HGCONCI o7 22 09 PRV~UCER THIS CERTIFICATE iS ISSUED A5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner & Gordon Ins Agcy-CC HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR PO Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Christi TX 78403-0870 Phone: 361-883-1711 Fax: 361-844-0101 INSURERS AFFORDING COVERAGE NAIC # INSURED H ~ G C t t I IN5URERA; Valle For a Iasuranc@ Co 20508 ors on rac nc. ` H , b , G ,Oilfield SeiwiCes , a INSURER B: American Cas Co Readin PA. 2042? Da.vision of H ~ G Contractors, Inc . INSURER C: Continental Insurance Co 35289 P O Bax 10746 i ti TX 78460 C Ch __..__.___ INSURER D: Great American Ins . Co . 16691 orpus r s 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 CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TD WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ExCLUSIONS AND CONDITIONS OF SUCH PDLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. "~a'~ "~ POLICY NUMBER PATE MMIDDIYYYYy ~ DATE (MMIDDIYYYYS ~ _ _ _ _ LIMITS I LTR N5R TYPE OF INSURA~E Gf NERAL LIABILITY EACH OCCURRENCE $10 0 0 0 0 0 A X cDMMERCIALGENERALLIABILIIY 2070926033 06/23/09 06/23/10 PREMISES (Eaoccurencey $100000 CLAIMS MADE X^ OCCUR MED ExP [Any one person) $ 5 Q Q Q PERSONAL ~ ADV INJURY ~ 1000000 X Poll - $500, O0O ~ GENERAL AGGREGATE 2oav~oo GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMwDP AGG ~ 2 0 0 0 0 0 0 I~ucY X J~ECT Loc Em Ben . 10 0 0 0 0 0 A AUTOMOBILE LIABILITY X ANYAUro 2070926114 06/23/09 06/23/10 COMBINED SINGLE LIMIT ~Eaaccidenk~ 1, 0 0 0 0 0 0 - ALL OWNED AUTOS SCHEDULED AUTOS ~ ~ BODILY INJURY Per parson) $ X x HIRED AUTOS NON-0WNED AUTOS BODILY INJURY (Per accidenty $ A X MCS-90 ENDT PROPERTY DAMAGE (Per accidents $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTD EA ACC OTHER THAN $ AUTD ONLY; AGG $ ExCE85 I UMBRELLA LIABILITY EACH OCCURRENCE 5, D O O, O o 0 C X DccuR ^ cLAIMSMADE 2094656095 v6/23/09 06/23/lo AGGREGATE $ 5, 000, 000 ~ $ DEDUCTIBLE $ X RETENTION $1 O, O O O $ VIfORKER AND EMP S COMPENSATION LOYERS' LIABILi'rY - X TORY LIMITS ER B Y ! N ECUTIV I 2070926159 06/23/09 ~ v6/23/1o E.L. EACH ACCIDENT ~ 1000000 MBERExCLUDED OFFICERIM (Mandatory in NH) E,L. DISEASE - EA EMPLOYE $1 o v o 0 0 0 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $10 0 0 0 0 0 oTHER D ~ Equipment L~-C685934101 06/23/091 06/23/10 Lsd/Rritd $250,000 Scheduled Various DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES I ExCLU510NS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: #7401 Laguna Madr@ ICI Sanitary Sewer Manhole and Gravity Collection Line Replacement/Rehabilitation. The City of Corpus Christi is named as additional insured on all general liability ~GL} and all automobile liability ~AL~ policies. Additional Insured Endors@ments are attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED PDLICIES BE CANCELLED BEFORE THE EXPIRATION CICO-CC, DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TD MAIL 3_ o ,DAYS WRITTEN NOTICE TD THE CERTIFICATE HOLDER NAMED TD THE LEFT, BUT FAILURE TO D0 SO SHALL City of Corpus Christi IMPOSE ND OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS DR Dept, of Engineering Services Attn : Contract Administrator ~ REPRESENTATIVES. P . 0 . Box 9277 AU sENTATIVE o us Christi TX 78469--9277 / ACORD 2~ X2009101? 01988.2009 ACDRD CORPORATION. All rights reserved. The ACORD name and Togo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy~ies} must be endorsed. A statement on this certif sate does not confer rights to the certificate holder in lieu of such endorsements}, If SUBR~GATI4N 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 endorsernent~s}. DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurers}, authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (~oo~~o~) ~•'• ~ . v y ~ 1 J 1 BEd. o~io~~ } EiBdG Gonfiractors, Inc> Policy #02070926033 ~ BP~~IID~E~ BSI 'PB~9~ E~~~9V' ~~ ~~C~~~~~~~, ~~~~~s~, ~~.~o~ ~~ ~~o~o ~~~ ~~~~~~~~~ ~e~. ~I~ ~'I~~~ IEI~~~~~~~ilf~Ed1P ~~~8 ~WI6~~~ ~~1~8[~~. ~~oas ~~~~~~~~w~~~ ~~~~~~~ ~~~ ~~~oc~. (PL~~SE RE~~ B~ ~AR~F~D~~Y ~~9d1~V~~~F~~'~ S~E~~DflD6f~~ ~N~ ~~~ddF~~T' ~~~BF~OPd~L B6dS~D~E~ ~~lDOEi~EM1E~~' NPB~B~ ~~~~~C~S=~OAAP~~TED OPEFiA~lO[JS ~OVE6iA~~ This endorsement modifies insurance provided under the following: CDMfVIERCIAL GENERAL LIABILITY CGVE-RAGE PART SCNEC4~LE Nape ~~ Person a~ Cr~an6~ata~n: Designated ~r~~ect: Any person or organization rho requires you to=:.~btabn this covers a under a wr' contract ar rc~nent g ltten ;: . r . ' ,V. . '1.~ .T. ~ •~1 ~ .. ~ _ ~ ... 4C®v®~age under phis end®rse~®~4 is ~®~ affected by an ®ro~~ o~ @aak ~~ rn~ in the Schedule ab®ve. ~ ~ 0 r ~. wHC fS AN INSURE® ~Sec~ian Old is amended to include as an insured any parson or organization, including any person or organization shown in the schedule above, called additianal insured} whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: ~. Currently in effect or becoming effective during the term of this policy; and ~. Executed prior to the "badily injury," "property damage," or "personal and advertising injury". [~. The insurance provided to the additional insured is limited as follows: ~. That person or organization is an additional insured solely far liability due to your negligence specifically resulting #rom "your work" far the additional insured which is the subject of the written contract or written agreement, No coverage applies to liability resulting from the sole negligence of the additional insured. ~. The Limits of Insurance applicable tv the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. G-140331-A ~ Ed. 01101 y ~, The coverage provided to the additional insured by this endorsement and paragraph f. of the de#inition of "insured contract" under DEFINiTIGiVS Section V} do not apply to "bodily injury" yr "property damage" arising out of the "products-completed operations hazard" unless required by the written contract or written agreement. ~. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: e. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural ar engineering activities. Cp As respects the coverage provided under this endorsement, SECTION lV -- C~~INlERCIAL GENERAL LIABILITY CGNDiTl~~15 are amended as follows: ~. The following is added to the Duties In The Event of occurrence, offense, Claim or Suit Condition: Page 1 of 2 ~Ed.O~i~o ~. An additional insured under this endarsement will as soon as practicab#e. ~~ ~ Give written notice of an occurrence or an offense to us which may result in a claim or ''suit" under this insurance; ~~~ Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and 4~b Agree to make available any o#her insurance which the additional insured has for a loss we cover under this Coverage Part. ~. we have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim "sui#" from the additional insured. ~. Paragraph 4.b. of the ether Insurance Condition deleted and replaced with the following: ~. ~~h~r ~n~u~~race b. Exc~sa ~ns~a~~~~~ This insurance is excess over any oth~ insurance naming the additional insure as an insured whether primary, exces contingent or on any other basis unless written contract or written agreeme~ specifically requires that this insurance ~ either primary or primary ar noncantribu#ing. G-14o331-A ~Ed.o~rot} Page 2 of 2 r~Lii. r i~u~~fnc~. ~~UIU~1b~33 ~&G Ht~~Ct~rS ~~. C,G ?~ D~ 10 g r ~~~~ ~~~~~~~~~~~ ~~~~~~~ ~~~ p~~~C~~o ~~~~~~ ~~~~ ~T~ ~~~~~~~~~a ~~9~~~ ~~ ~~~~8~~~~ ~~ ~9G9~~~ ~~ ~~~~~~~~ ~~AI~V~`~ ~T9~~R~ ~~ 9~~ This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SC~~D~L~ [~a~e ~~ ~e~a~~ ~~ ®~~a~aa~a~~~®~: Any person or organization who requires you to obtain this waiver of our right .. .. .S of recovery under a written contract or agreement ~ ~ ~ ~ y;:~ .. .. {If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsemen#.} The TRANSFER OF RIGHTS OF RECOVERY AGAINST because of payments we make for injury or damage arising OTHERS TG US Condition {Section ~~ ~- COMMERCIAL out of your ongoing operations or "your work" done under a GENERAL LIABILITY C4NDlTlgNS~ is amended by the contract with that person or organization and included in the addition of the following: "products-completed operations hazard." This, waiver INe waive any right of recovery we may have a ainst the applies only to the person or organization shown in the g Schedule above, person or organization shown in the Schedule above A ~lJ r r r r Lt7 ~M ~~ ...~...~ -..r.~ ~~ ~..~r- ~r ~_~ "~ ~..--. ~++ ~~ ~ ~~ ~~~ ~~ ~~ rrrr~r L"~ ~~ CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 1 ' puT~TCY i~CJ~~E~ .~~1SURED ~E ADD ADh~RES~ . U 2070926033 ,~ H & G CONTRACTORS INC (SEE ENDOR5EMENT ) P 0 BOX 10706 CORPUS CHRISTI , T~ 78460 POLICY CHAAIGES CGOZ05 This Ch®ng® EradorB®~nsnt chax~g®fB th® Policy a Pl®aB~ r®®d it cog®fully Q Thf a Chat~ga EndorBernex~t ia~ a p®rt of your Policy and tak®e ®f f ®ct on tha ~f f®ctf~e dat® of your Policy o ua~lasa anath~r ®f fectiv~ dat® ie ahova~ o The fallowing Form ~s 7 has shave j been added Form # : CGD245--1204 TX Changes-AmEnd Cancellation Prov or Cov Change Number of Days ' Notice : 30 DAYS Name & Address BRASELTON LAND VENTURES 5337 YORKTDWN STE l00 CORPUS CHRISTI TX 78413 CHAPARRAL ENERGY LLC, PO BOX 2566 FT WORTH, TX 76113-2566 CITY OF CORPUS CHRISTI, DEPT OF ENGINEERING SERVICES, P D BOX 9277, CORPUS CHRISTI, TK 78469-9277 D&J LAND CO INC 117 BALDW IN AVE , MATH I S , TX 7 8 3 6 8 DYNAMIC.. PRODUCT ION INC 2 8 D 1. GLENDA AVE , FT WORTH., TK 7.611.7.. . FULTON*COASTCDN P O BOX 61229 , HOUSTON, TX 7208-1229 HOGAN DEVELOPMENT,2004 N COMMERCE, VICTORIA, TX 77901-5510 HOGAN DEVELOPMENT CO L . P . #04 CHAMA , VICTORIA , TX 77904 JAMEX INC, P 0 BDX 2566 FT WORTH, TX 76113-2566 RUTHERFORD OIL CORP P O BOX 17150 FT WORTH, TX 76102-0150 .EMERALD COAST INVESTMENTS CIO RUSSELL VETETO ENGINEERING 820 BUFFALO, CORPUS CHRISTI, TX 78401 RUSSELL VETETO ENGINEERING 8 2 0 BUFFALO , CORPUS CHR I5T I , TX 7 84 01 SAMSON RESOURCES CO ~ ITS AFFILIATES CIO ICA P O BOX 2566, FT WORTH TX 76113-2566 SOUTHERN RESOURCES P O BOX 6483 CORPUS CHRISTI, TX 78466 VALERO ENERGY ATTN : JEAN SCHAR FF P 0 BOX 5 0 0 SAN ANTONIO TX 7ez92-o5aa VERNON E FAULCONER INC, ATTN: SHELLY SUDDERTH, PO BOX 7995, TYLER,TX 75141 WAUESHA-PEARCE INDUSTRIES,ATTN: CR DEPT,PO BOX 35068,HOUSTDN,TX 77235 WYNN CROSBY ENERGY INC,16415 ADDISQN RD STE 800 ADDISON,TX 75001-3267 GOODWIN PUMPS, CREDIT DEPT ONE FLOODGATE RD BRIDGEPORT, NJ 08014 _~ w .~r- r ~• ..r 0 ...~ ~~ w~ ~~r Mr.~ _~'" ~~ ~~ rr wr ~rr~ .,.,r. wi+~ ~w i I ~hairmara of the Board Secretary c-56o15~B QED. 11191 ) ~... .. .. .:. .. .~. ... ..~ . ~ ~ ~ .~.. g~~~ICY ~~EER I~S~ED NEE ~D ~.DDRESS U 2070925114 ~ H & G CONTRACTORS INC . , "SEE ENDT" P 0 HOX 1,0706 CORPUS CHRISTI, TX 78464 p~LICY CH~l1GE5 ADDITIONAL IAISC~REDS PER FaA~H CA ~~ 0 ~ ~ 4 ~4 TEY~S ]~DDITIa1V~iL Ik~S Thf~ Cha~ga Er~doreamant changes tha Policy o P1®~a® r®~d ft car®fully o Thie Change Eadarsament is ~ part of your Policy and takae ®ff®ct on th® ®ff®ctf~® data of your Policyp u~lese another ®ff®cti~e data i~ ehowno BRASELTDN LAND VENTURES 5337 YORKTQVJN , SUITE 100 CORPUS CHRISTI, TX 7$413 CABOT OIL & GAS CORPORATTON 1200 ENCLAVE PARKWAY, SUTTE 300 HOUSTON, TX 77077-1607 CHAZZ DEVELOPMENT , LTD . COYM , REHMET & GUTIERREZ ENGINEERTNG , INC . 5656 S. STAPLES ST. SUITE 230 CORPUS CHRISTI, TX 7$411 CITY OF CORPUS CHRISTI P.O. BOX 9277 CORPUS CHRISTI , TX 78469--Q?7? . CITY OF ROBSTOWN 101 EAST MAIN ROB5T4WN, TX 78380 CW I -CLAYTON W ILL IAMS ENERGY ~ . 6 DESTA DRIVE #1140 MIDLAND, TX 79705--5510 DOMINTON EXPLORATION & PRODUCTION, INC . 145o PoYDRAs NEW ORLEANS, LA 70112 DEWBRE PETROLEUM CORPORATION 600 LEOPARD ST . CORPUS CHRTSTI, TX 7$473 DHM DESIGN BUILD P .a . Hox 10124 CORPUS CHRISTI, TX 78460 EDGE PETROLEUM CORPORATION 1111 BAGGY, SUITE 2100 HOUSTON, TX 77002 ~. .. .. a ~. HOGAN BUILDING CO. #l LF AND ITS AFFILIATES ~~. SetreEary Chairman o! trre $oar~ G-56015-~ !ED. 11!917 207G9~6~14 H & G CONTRACTORS INC., "SEE ENDT'' F O BOX ~.t~706 CORPCIS C1~RISTI , TX 7~~64 PaLI~Y CRAI~GES AL14,~KET WAIVER DF S~P~ROGATIa~ This ~hs~ng® Endogs®m~nt Chang®s th® Policy o Pl~a~e® r®ad ft c~r~fu~ly.o This ~lhsng® Endoraem®nt is ~ part of your Policy a,nd to&~8 of f pct a~ ~~ae ~ff~ctiv~ d®t® of your Fvlicyo unl~e® anoth®r ®ff®ctive date is ahowna Any person cr organization on whose behalf you are required to obtain this waiver of our right to recover from under a written contract or agreement. Chairman of the Board ~~ Secretary G-56.05-B QED . 7.119I ~ Po~icY~ lvuMeEA ~~~~~~?~~~.~ ~~~~~E~~G~~ ~~~~ ~~~~~ E~~~~~E~E~~ ~~~~~E~ ~~E ~~~~~~o ~~EASE ~EA~ ~`~ ~~~E~~L~~~~o ~~XA~ ~ANCELLATIOIJ PROVISION OR ~~i/~RAG~ CF#AN~~ ~NDORSESVIEfVT This endorsement modifies insurance provided under the following; BUSINESS AUTO OVERAGE FARM GARAGE COVERAGE FGRM MC]TOR CARRIER COVERAGE FARM TRUCI{ERSCOVERAGEFARM pith respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement, This endorsement changes the policy effective vn the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: ~,. .,~~~-s.,,4': ,..n .~.:~::~x~ -°,~<,:. ~, :~ ~ ..^~.}. ,, ~._ . ,~:. , .., s.:4.:"~` Re resentative .. ~ , .:a , . 'n ~~.~~::f4 :ec•::' SCHEDULE ~~ ~ ~~ . b~umb~~ of Days' ~iota~e 3 0 ~~~~ ~~ Ps~so~ ~~ Q~g~~BZ~$~®I~PER SCHEDULE ~N FILE WITH COMPANY Addy®~~ If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. 1Ne will give the number of days' notice indicated in the Schedule, A Q r CA d2 ~ o~ ®~ Copyright, IS4 Properties, Inc., 2043 pegs 1 ~~ ~ ' BEd 'i -U ~C~~~~~ ~'~~~~~ ~~ ~~~ ~~~~~ ~~; ~~~~~ER ~~~~ ~~T~~~~ ~~~~~~~~~~f~~ This endorsement applies only to the insurance provided by the policy because Texas is shov~~n in Item 3.A. of t~ !ntorrnatian Page. 4~e have the right to recover our payments from anyone liable for an injury covered by this policy. vUe will not enforce o~ right against fihe person or organization named in the Schedule, but this waiver applies only with respect to bodily inju~ arising out cf the operations described En the Schedule wl~ere you are requir®d by a written contract to obtain this waive from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. ?he premium for this endorsement is shown in the Schedule. Schedule # . ~ }Specific Waiver Marne of person or organization ~ ~ }blanket vllaiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be percent of the premium developed on payroll in connectior with work performed for the above persvn~s3 or organization{s) arising out of the operations described. ~, Advance Premium This endorsement changes the policy tv which it is attached and is effective on the date issued unless otherwise stated. The ingorme~ian below is requl~ed only when this endorsement i8 issued subsequent to p~epe~~tlvn of the policy.} Endorsement Effective ~~~3/~~ Policy No. 207~2515~ Endorsement No. Insured H ~ G Contractors F Inc e Pre.. . ,~~ ...., .a. . ~ ,:~ 1 ~.~,~ : '.~.._ Insurance Company Countersigned by ~~~` ~' ~ - ~~. `•- ~ .. w~ ~~ o~ a~ ~ ~Ea. ~-oo} l!1! 14.9 ~1/W~ ~l~~J ~S~ ! ~ ~~d. ! ~ 1 ~E~~~ I~~~~~~ ~~ ~~~~f~~~~ ~C~~l~~~ E~~~~~~~~~~ phis endorsement applies only to the insurance provided by the policy because Texas is shown to Item 3.A. of~ fih ~~tormation Page. ~n the event of cancellation or other material change of the policy, we will mail advance notice t cr~an~Zatian named in the Schedule. The number of da s ado ~ o the person c y ante noface ~s shown ~n the Schedule. phis endorsement shall not operate directly or indirectly to benefit an ane not named in the Sche . y dole. Schedule 1 fVumber of dais advance notice' 30 /~ ~ Notice will be mailed to: L T sT ON F TLE W TTH COMPANY 4 a ~~ r r F` Q T~ N ~w+~ ~n ~~ rwlf ~_ ~~ ~~ w ~_~ ffi .: This endorsement changes the policy to which i1 is attached and is effective on the dais issued unless otherwise staled. (The iNorrnafion below is required onty when this endorsement is issued subsequent to preparation of the policy. Endorsement Effective b/~3/~~ Policy No ~Q]~~J2~15g Endorsement No. A ~ns~~ed H ~ G contractors, Inc e Pty ~ . ~~ ~ , Insurance Company ~ ti~ ~ f.` .~',~r/~;; ~~ : ~:'r:.:~ ~ .„~: we ~z a~ o~ fEr~ 1-84}