Loading...
HomeMy WebLinkAboutC2005-587 - 10/25/2005 - Approved t~ i~{ _;c , f-;_. Prepared, by: j&> Shi~Jr~t~~iJl:~~~~cit:~~~65611A. C.tpUS Ch~isti, Texas 78478 .~ ''';'2''11 36 1-7234 J200.20~77.05 ro~ ~,D~~11~W"'",,,.,>&p\1, "," ',,'ST~ ~ilstE$. P!()ne: 3611 80-1500 taxi 3617880-3501 '"'_~,.- c-h-. 2005-587 10/25/05 M2005-378 Akerman Construction Co. k' I ADDENDUM NO.3 I October 4, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING - REVISED AND ISSUED FOR RE-BID PROJECT 7173/8429 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I. GENERAL PROVISIONS A. See paraqragh B-2-7 Preparation of Proposal General Clarification: Bidders SBALL BOT be required to express their unit prices "wri tten in both words and numerals", for the purposes of this contract. The Ci ty-furnished Proposal Form does not provide spaces for the "written words" to be filled in, in this manner. Bidders SBALL complete, execu te and sl1hmi t the Proposal Form, as furnished with the Contract Documents. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM No. 3 ARE/rs I' 1,4~ ~M/ Angel R. Escobar, P. E. Director of Engineering Services IP/f#>" AI>DENDOM NO. 3 paqe 1 of 1 FAX TRANSMISSION Department of Engineering Services Major Projects Division City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Phone: 880-3527 Fax: 880-3501 To: ALL PLAN HOLDERS Date: September 27,2005 From: , Pages: 6 (including cover sheet) Angel R. Escobar, P.E. L..~7? ~ / Director of Engineering ServicesrT' ^-- ~".,v Corpus Christi Ship Channel Utility Crossing - Revised and Issued for Re-Bid Project No. 7173/8429 Addendum No.2 Subject: Comments ThIS fax transmission contains the signed, sealed addendum and one (1) attachment from Shiner, Moseley & Associates. The entire addendum, including all attachments, will be mailed to your firm tomorrow, September 28,2005. If bidders prefer, they may call Engineering Services Reception at 361-826-3500 to reserve a copy for pick up. Copies will be ready for pickup by 12:00 p.m., Wednesday, September 28, 2005. The addendum modifies the Special Provisions, Technical Specifications, and Drawings. Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I ADDENDUM NO.2 I September 26, 2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING - REVISED AND ISSUED FOR RE-BID PROJECT 7173/8429 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the addendum shall remain unchanged. I . SPECIAL PROVISIONS A. A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting DELETE: Fifth paraqraph in its entirety. ADD: The following revised text in lieu thereof All Questions shall be received prior to 5:00 pm. October 5. 2005. which is one week prior to bid opening. The Engineer will not answer any auestions received after this time. and it is the Bidder's responsibility to ensure that all auestions are received prior to October 5. 2005. Questions and replies to auestions will be made to all Bidders via fax and mail. B. A-4 Method of Award 1. ADD: The following new paragraph in it entirety: The Contractor is made aware that if Base Bid 2 is awarded. the City intends to issue the notice to proceed for Base Bid 2 approximately one month after substantial completion of Base Bid 1. 2. General Clarification The City anticipates award of contract within seven (7) days after bid opening, subject to the availability of funds and approval by City Council. C. A-6 Time of Completion/Liquidated Damages ADD: The following new text to the end of the first paragraph: If Base Bid 2 is awarded. the Contractor shall complete all construction activities within the waters of the Ship Channel within 90 consecutive calendar days. D. A-21 Project Signs ADD: Attached new sheet (See Attachment No.1): ADDENDUM NO. 2 Page 1 of 4 E A-22 Minority/Minority Business Enterprise Participation Policy General Clarification Bidder's attention IS drawn to the last sentence of the first paragraph, which states "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". Documentation will be required, if the Contractor is unable to comply with the established goals. F A-63 State of Texas Use Tax General Clarification Bidder's attention IS drawn to this paragraph, which states "The Contractor shall determine whether or not the State of Texas Use Tax for pipeline rehabilitation work is applicable on this project and may contact the State Comptroller of Public Accounts" II . TECHNICAL SPECIFICATIONS A. Section 13000 REMOVAL OF EXISTING UTILITY CROSSING 1. Subsection 1.05A COORDINATION DELETE: Paraqraph in its entirety. ADD: The following new text: The Contractor shall notify Mr. James Doolev with the Aransas-Corpus Christi Pilots Association and inform him in writing of any work that may interfere with vessel traffic through the Ship Channel at least 60 calendar days in advance of such work. 2. Subsection 3.08A DREDGING a. DELETE: The last sentence of the first paraqraph. in its entirety. ADD: The following new text in lieu thereof: The Contractor shall include all associated costs in the bid for Base Bid 2. b. DELETE: The second, third. and fourth paraqraphs in their entirety. III. DRAWINGS: A. Base Bid 1 1. Sheet 9 of 16 DELETE: Sheet in its entirety. ADD: Attached revised sheet dated September 19. 2005 (See Attachment No.2) B. Base Bid 2 1. Sheet 2 of 11, Note 11 DELETE: Second sentence in its entirety. ADDENDUM NO. 2 Page 2 of 4 ADD: The following new text in lieu thereof: Contractor shall contact and carefully coordinate work with the Port of Corpus Christi Authority and its Harbormaster. the United States Coast Guard. the U.S. Army Corps of Enaineers. and the Aransas-Corpus Christi Pilots Association to coordinate any reauest to interfere with Ship Channel traffic (See Technical Specification 13000 Remoyal of Existina Utility Crossina for Reauirements). 2. Sheet 2 of 11, Note 12 DELETE: Note in its entirety. ADD: The following new text in lieu thereof: The Contractor shall be aware that the U.S. Army Corps of Enaineers may be performina maintenance dredaina operations in this area of the Ship Channel durina the course of the proiect. Contractor shall coordinate with the U.S. Army Corps of Enaineers to insure there will be no conflicts with maintenance dredaina. The Maintenance dredaina is currently scheduled to occur between Auaust 2005 and April 2006. 3. Sheet 2 of 11, Note 14 DELETE: Last sentence in its entirety. ADD: The following new text in lieu thereof: Dredaina operations and construction within the Ship Channel may be performed 24 hours a day. 7 days a week and shall be coordinated as stated in Note 11. above. 4. Sheet 11 of 11 DELETE: Sheet in its entirety. ADD: Attached revised sheet dated September 19. 2005 (See Attachment No.3) Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. ADDENDUM NO. 2 Page 3 of 4 END OF ADDENDUM No.2 :!lIII""'" , -- OF T" \ :-,,~~.......f.-r.<1 ". ;~.., ~ ..~*t" f*: ~ "*~ it *: ........:....~ ~.........SHA"E FUDGE ~ it. NATA .....:........y...~ I............. . ill! ~ .;,.... 90131 /$.1 ..1b;i.~!CfN$~~~; \'\~3i;oNA\. t~_-- ~. 2(,' os ~",~,,- NEF/ckI Attachment: No.1. Proiect Sian Attachment: No.2. Revised Sheet 9 of 16. Base Bid 1 Attachment: No.3. Revised Sheet 11 of 11. Base Bid 2 /~~~ Natasha Fudge, P.E. Project Engineer Shiner Moseley and Associates, Inc. ADDENDUM NO. 2 Page 4 of 4 ZO III ~ 1&1 o~ ~ ::::>> a: a: III S 1&1 0'" ~ X X ... 85 II: a: II: 5! ~ 8 c =- ~ 0 :J: ... - a- U) ... 21 -0" 2'- 0" g "-0 z ~ - ~ t- en ~ en CD - a: 1&1 a: t- :c <( ~ fn -I ~ (.) .. 'en fn -1 2 0 ~=> -CD 0 D::a. = .- 00:: -0 0 -~ II 0 ~O I . =. Z U -~ -co 0 ~ OJ <.!) Z c: - ~ ::) 0 a:: >- a.. :E - 6. 2'-0" 11- 611 '4'-011 Attachmeot I Page 1 of 1 REV. 7196 Addendum No. 2 Attachment No. 1 Page 1 of1 ADDENDUM NO.1 f ~4ll6 _ ~ \<t'. ~~ ~'Y:!:lE~~.'~~.'""\" CANN, . ,. -. I- '~. -,c. .... , Ci~ of Qipus -- - Christi ~~ 1.;.: September 22,2005 TO: ALL PROSPECTIVE BIDDERS SUBJECT: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING-REVISED AND ISSUED FOR RE-BID PROJECT NO. 7173/8429 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. All provisions of the contract documents not specifically affected by the Addenda shall remain unchanged. I. PART A - SPEG..!AL PROVISIONS - PARAGRAPH A-1. TIME AND PLACE OF RECEIVING PROPOSALS / PRE-BID MEETING AND NOTICE TO BIDDERS A. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed two weeks, from September 28,2005 at 2:00 p.m., to Wednesday. October 12. 200sat 2:00 D.m. Location and Time of Bidding shalt remain unchanged. Please acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. END OF ADDENDUM #1 / ARE/ eo t.4~ ~~'/....v .In{el'R. Escobar, P.E. Director of Engineering Services f.%.tJc r ADDENDUM NO.1 Page 1 of 1 Engineering Services P.().Box 9717 . r"........, l"I....r.; T____ "OALn n......... S I? E C I A L I? R 0 V I S I 0 N S S P E C I F' I C A T T 0 N S 1\ N D 1: ) R M (~ 0 F C 0 N T R A C T S A N 0 B 0 N 0 S ,') F' 0 R CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR IRE-BI~ .~----,-~ ~------- --_. Prepared by: St1irl':r Moseley and Associa tes, Inc. 5S5 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 FOR --"''''\ --t OF r( ,_ .:: ~'\..........:t... 'l - "0. * .:JJ' .., ;' f?.... .00. * t. " *.. o. *~ ,*. . ~ ~...o:.... .SHA' E: 'FUDGE'.~ ~ NATA ......................~ ~....:...... . '" .., 4.... 90131 /~~ ff~..;.-.~{CENS~~..~ ~~:.- O'.62....o"f7 Phone:361/857-2211 FAX: 3 61/ 857 - 72 3 4 ,J200. 20077.05 DEPAf{TMENT OF ENGINEERING SERVICES CTY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880-3501 I PROJECT NO: 8429/7173 -"""'\ --:\l OF T.r- 'l ..:""~~.........~.t.A 't - S... ~. '.7J' . ~*.., ~ '..~'" f-~:W:A.HAYE~:"~'~ ~...................... .~ ~~: ......:...~ ~.,c!'. 74090 ..~~~ .. O' .fI .~~ ..,1';'-/~/ST~~k rJj~~t:;Yz . q {~I oS , DRAWING NO: BAF 234 /(0) "ORPUS CHRISTl SHIP CHANNEL UTILITY CROSSING R~VISED AND ISSUED FOR RE-BID Table of Contents NvrICE TO BIDDERS (Revis d 7 'II en NOTICE TO CONTRACTORS - A (Revised Sept. 2000) [03U ance Requirement NOTICE TO CONTRACTORS - B (Rev! sed 7/5/00) ~vcrker's Compensation Cuverage For Building or Construction Projects For ;U'1e nment Entitie,> PART A - SPECIAL PROVISIONS rime clnd Place of ReceiVing Proposals/Pre-Bid Meeting ,\ DefirLi.tions and Abbrevia1 lons Descr iption of Pro ject. , Method of Award [terns to be Submitted with Proposal Time f Completion/Liquidated Damages Workers Compensation Insurance Coverage ~ Faxed Proposals Acknowledgment of i\ddenda iO Wage Rates (r<.evised 7/5/00) '\ 11 Cooperation with f'ublic ^gencles (Revised 7/5/(0) 12 Maintenance of Services 13 Area Access and Traffic Control 14 Construction Equipment Spillage and Tracking '5 Pxcavation and Removals \ 6 Disposal/Salvage e,f Material:; \.t-+--He-l-d Officc NOT USED 8 Schedule and Sequence of Construction CJ Canst ruction Proje';t Layout und Control '\ 0 Testlrig and Certif icat i OIl .'\ 1 Project Signs ~ Minority/Minority Husiness Enterprise Participation Policy (Revised 10/98) \--';+-~~-~i:'Fc.+J---fRe-vi-seEl. '7 /~ NOT USED 4 ,u:-e1 y Bonds ,-)b~-"ffr* Excmptie n NO LONGER APPLICABLE (6/11/98) 6 ::;upplemental lnsu! inCE' Requirements -+.-.;.ltspons4-fri-l Hy fB+ D.::llflagc G h't-t-fft& NOT USED (-, :onSl derat ions for Cont ract Award and Execution 9 Contractor's Field Adminl:,;trat_ ion Staff jO Amended "c..-ms i dera tion 01 Contract" Requi rements ^mended Policy on Extra Work and Change Orders "~ Amended "Execut ior, of Contract" Requirements i3 ~ondjtions of Work 4 F'rcC('dence of Cont cact Ducurnents + f~-C~ty--W*-er- FJci1it+es-~'€-tal. RcquircfRCntCi NOT USED A l6 OtheJ Submlttals \ n lImended "Arrangement dnd Charge for Water Furnished by the .City" 8 Worker's Compensation (:overage for Building or Construction Projects for c';overnment Enti tic:; r\ f~.{:crtl fic.:lteof- Occup.:lney aoo-f'ino.l .'\cccpto.ncc NOT USED i 0 l\mendment '.0 Sc(:tim R-8- (,: Partial Est imates ,. 11. ()zonc l'.d'o-isory NOT USED 1\ ." OSHA Rules [., Re'JuJltions 4< 44 45 46 47 (, 48 I\ 49 I' ')0 j, ') 1 i' "52 1, ') 3 1\ ') 4 A ')5 " ')6 A- ')7 p.. S8 7:, ")9 A-60 .A. 61 p, 62 r~ 63 Amer ip.d I,,j~Il;!i fl aLL ,r, (, il(,j,j HannIe f0/lj8) :>Lar Je Ord" 41 6/Cj ) As-hcli1t DLmensiOflS and Drawings (7/S/00) D s!(:sal :)f Highl; ChlotLnated Water (7/5/00) Pre-'Dnstruct Lon [exploratory Excavations (7/5/00) Overhead Electtic 1 Wires -1/"1/00) Amerd{~d "Mallltena ce '.,uaranty" PaVEment Eestotat on and S te Clean-up Snil Borings and .eotechnlcal Informatlon Slgn.lL Liqhto: iReiUin"d f Add][ive Alternate No.1 is Awarded) Prot :tiOfl uf Exi L.inq E::.jIJipment, Structures, and Utilities Mlsp aced Materia Vcss,l Traffic (R, gULLed if AdditivE' Alternate No.1 is Awarded) Phys ':a1 [iat.cl PIJtu:tion uf ,Job Si t" Dewa t erincj Addi t anal I LSIJral,ce P..equ u ements USAO: Corpus Chri ti Ship Channel Soundings Elec'conic Equipm0nt Allowance Electronic PropoSdl Furm St at, of Texas Us, Tax ATTACHMENT I - PROJECT SIGN PART B ATTACHMENT II - SAMPLE ELECTRONIC PROPOSAL FORM GENERAL PROVISIONS PART C PART S (J L020 - Oa020 () /022 (J 21 00 n..' c)205 0/ 220 O?'J404 (I.. 412 U ',424 02',612 0: 807 0::6206 C2h210 C?6402 026409 o ~) 4 11 026602 0)(,604 0~7 202 O~' ?03 02 205 02 020 03('020 032020 03,jOOO 05iJ200 05 420 FEDERAL WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS SiTE CLEARING PND STRTPPIN(; (S-5) EXCAVATION AND f~ACKFILL FOR UTILITIES AND SEWERS (S-9) * ~ TPENCH SAFETY FUR EXCAVATIONS SELECT MATERIAL (S- 5) REMOVING AND REPLACING PAVEMENTS (5- )4) - FLl:;XIBLE BASE - CALICHE (5-)4) - A~:PHALTS, OILS i\ND F:MULSIONS (S-29) PRIME COAT (S-3'1) - HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS AI (S-34) - CONCRETE SIDEWALKS AND DRIVEWAYS (S-~3) PAVEMENT MARKIW;S (S-45)' DUCTILE IRON PIPE AND FITTINGS (S-811* POLYVINYL CHLORiDE PIPE (52.3)* - WAT~R PIPE (5-8 )* TAPPING SLEEVES AND TAPPING VALVES (5-84)* GATE VALVES !"OR WATER LINES (S-8~) * SANITARY SEWER ~ORCE MAIN (S 69)' Ark RELEASE VALVES (WASTEWATER APPLICATION) (S-96)* MANHOLES (S-f2)' - \IN'UUM TESTING 1:1" SP,NITARY SEWER MANHOLE AND STRUCTURES* r'Ii-\l::RGL1\SS MANHIILES' SEEDING U; 11)) POFTLANL, CEME:NT CONCRETE (S-40) - REINFORCING STELL (5-42) CONCRETE STRUCTURES (S'41)* WELDING (5-43) F'RA,MES, GRATES, RIN(;S ,L\ND COVERS (S :)7) * PART T - TECHNICAL SPECIFICATIONS 02 05 - ENVIRONMENTAL PRUTECTION 02320 HORI~ONTAL DIRECTIONAL DRILL' 0.2',80 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTTON dl ,H DENSlTr PO n:THYLJ::NF:(HDPEj PIPE: AND FITTINGS* o fJ'J i )KOSTAT Ie n:s TINC; OF PRESSURE SYSTEM* o RF:'1'NAL UF [XIS [NC; UTI[ IT,' CROSSING*' OF: p,,;'pl i e: F<., 'pI Lt" A,'plle, () ft 1 'r' t or, I,' l t h:)tt Ba~;e ]io Bdie Hl(! Ba';e )~id --lnd [lase Sid 2 l,IST OF DRAWINGS RPU:,: CHFI.';TI SHlF CHANNEL :P.USSING, BASt: BID 1, REVISED AND ISSUED FOR RE-BID r cl Sheet and II dex 'Jvi>r, I PrcIEct L,yout Slte ,,,erial ExLs' :ng 21te Flar EXLst ing Site PIal NorLh Stde Sxist ng Site PLan - Property OwnershiE Pri)pCl ty Ownershil DL r e j ion a 1 f) Ii 11 '~i 'J i Oe t a i I s j'11 Oetai I,; ':J vi i Oetai I s Traff te Control Pj~n Pipe tringout LaydowTl PI an Storn; Water Pol Lut lOll Prevention Details Site Plan Enlarged Capping PLan and Cap South Side F.nldrged Entry Nonh Side - Sout,h Side Protile Crossing And Exit Location Plans at Harbor Bridqe Detail PPUS CHR I STI ~;HIP CHANNEL UTILITY CROSSING, BASE BID 2 - REMOVAL OF EXISTING [LITlE:;, REVISED AND lSSUED FOP. RE-BID Ti t I, Sheet and Irdex ';ite >^\erial Site t-'lan DemOlition PIeHl En.La'qed OemoU lie il Plan SouLh Side C) Enlal ::Jed Demo I j tiell P] an North Side Prop( rty OwnershiF - Nort h Si de Ex,sting Utility C~ossing ::i vi] Deta lIs Sturm Water: Pollut,on Prevention Details De,ju('t ive AIternat" No ] Removal Lirnitoi of Existing Utility Crossing E:XHIBIT I - GEOTECHNICAL INVESTIGATIONS EXHIBIT II - PERMIT INFORMATION EXHIBIT III - USACE CORPUS CHRISTI SHIP CHANNEL SOUNDINGS fi:XHIBIT IV - CALENDAR OF EVENTS NO'rICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS S,'~led proposals, addressed to the City of Corpus Christi, Texas for: ::ORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING, REVISED AND ISSUED FO~ IRE-BIOI consists of two Base Bids and a Deductive Alternate. Bidders have the option of bidding on Base Bid 1 andlor Base Bid 2 (see Special Provision A-3); BASE BID 1 - INS~TION OF NEW UTILITY CROSS LNG , consists of furnishing, installing and testing approximately 5144 linear feet of 20-inch (O.D.)SDR 9 HOPE water main using horizontal directional drilling; furnishing, installing and testing approximately 340 linear feet of 16- inch (I. D.) PVC water main using open trenching; furnishing, installing, and testing approximately 5144 linear feet of 16-inch (0.0.) SDR 9 HDPE wastewater force main using horizontal drilling; furnishing, installing and testing approximately 200 linear feet of 12- inch (1.0.) PVC wastewater force main using open trenching; connections to existing water and wastewater systems; site restoration, valving and other appurtenances; and installation and maintenance of traffic control and storm water pollution prevention measures; in accordance w t.h the plans, specificatlons, and contract documents; BASE BID 2 - RBMOVAL OF EXISTENG UTILITY CROSSENG, consists of cleaning, purging, and removing two(2) 12-inch outside diameter steel water mains, two (2) 12-inch outside diameter steel Wd"tewater mains, two (2) 10 inch outside diameter steel gas mains, and one (1) fire alarm cable from underneath the bottom of and within the side slopes of the Corpus Christi Ship Channel and from on-shore; (Each pipeline and cable are approximately 980 linear feet (as determined by a hand-held GPS Unit) above ground horizontal distance.) site restoration; maintaining and establishing slope stability of Ship Channel side slopes; maintenance of traffic control and stov.m water pollution prevention measures; and dredge material disposal in accordance with i'I' plans. specifications and contract documents; BASE BID 2 - DEDUCTIVE ALTERNATE NO. 1 - REl<<>VAL OJ!' BXIS'ZING CROSSING - NDIFIED MI!:~ consists of leaving piping, cabling, and other appurtenances within the side-slopes of the Corpus Christi Ship Channel, capped and abandoned in place in lieu of removing said piping, cabling, and appurtenances and re-establishing Ship Channel side-slopes, in accordance with the plans, specifications, and contract documents; Wlll be recelved ae the office of the City Secretary until 2:00 p.m., on ~sday, September 28, 2005, and then publicly opened and read. Any bid received after closing time will be returned unopened. h pre-bid meeting is scheduled for Tuesday, September 20, 2005, at 10:00 a.m. and will be .:onducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Cozpus Christi, TX bid bond in the amount :)f 5~ of the highest amount bid must accompany each proposal. ~ailure to provide the bid bond will constitute a non-responsive proposal which will not be ,"onsidered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. RJ.dder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are nnt returned to the City within two weeks of receipt of bids. ,. ans, proposal forms, speclfications and contract documents may be procured from the City krgineer upon a deposit of ODe-Hundred Fifty <md no/l00 Dollars ($150.00) as a guarantee of !\eir return in good condition within two weeks of bid date. Documents can be obtained by mHll upon receipt of an addltional ($10.00) which is a non-refundable postage/handling charge. bidder is hereby notified that the owner has ascertained the wage rates which prevail in .h, locality in which this work is to be done and that such wage scale is set out in the . olltract 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 nlaborer," nworkman," or 'hanlc" employed on this project. l'he City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /sl Angel R. Escobar, P.E. Director of Engineering Services Is/ Armando Chapa, City Secretary NOTICE TO CONTRACTORS ~ A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 ,\ Certificate of Insurance indicating proof of coverage in tne following amounts is required: ---,..- ~_.~,--""_.,---_._-,._._",_...._-.~ TYPE OF INSURANCE r---- ~~-- --~~~-___~____~~__~____ 30-l>ay Notice of Cancellation required on all certificates Commercial General Liability including: I. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products! Completed Operations 6. Hazard 7, Contractual Insurance I I 8. Broad Form Property Damage i 9, Independent Contractors r~o Personal Injury AUTOMOBIl.E LIABILITY --OWNED NON-OWNED OR RENTED r---- I WORKERS' COMPENSATION EMPLOYERS'L1ABILITY I ~~~~:SS LIABILITY ~= =_=____ I PROFESSIONAL POLLUTION LIABILITY I ! ENVIRONMENTAL IMPAIRMENT COVERAGE I Not limited to sudden & accidental discharge; to include l'ong-te~ environmental impact for tht, disposal of l- contammants ~_ __ _ . I i BUILDERS' RISK ~ -- ------------- -------- I INS'l i\LLA TION FLOATER i j I \ ; ! -- "-'--- ----..- ,-,-- -_. U.S. LONGSHORE AND HARBOR WORKERS' rNSURANCE MARITIME EMPLOYERS LIABILITY INSURANCE INCLUDING, BUT NOT LIMITED TO I TRANSPORT A TION, WAGES, MAINTENANt,:E AND CURE --.. ._._.___._.__m_____..__ MINIMUM INSURANCE COVERAGE Bodilv Injury and Property Dama~e $5,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II 'OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT ~ REQUIRED o NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements o REQUIRED [] NOT REQUIRED $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements o REQUIRED E9 NOT REQUIRED STATUTORY AMOUNT WHICH COMPLIES WITH THE UNITED STATES LONGSHORE AND HARBOR WORKERS' ACT $500,000 SINGLE COMBINED LIMIT Page 1 of2 JThe City of Corpus Christi and the Port of Corpus Cbristi Autbority must be named as an additional insured on all coverages except worker's compensation liability coverage. 'JThe name of tbe project must be listed under "description of operations" on each certificate of insurance. )For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy,ned by the insurer, providing the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or SpeCial Provisions section ofthe contract A completed "Disclosure of Interest" must be submitted with your proposaL Should you hal'e any questions regarding insurance requirements, please contact the Contract Administrator at 880- 3S00. Page 2 of 2 NOTICE TO CONTRACTORS- B NOTICE TO CONTRACTORS B WORE? ! S CO:';?E:~\SATION COVERAGe: ?OR BUILDING o? C:NSTRUCTION PROJe:CTS FOR GCVE::l.JMENT ENTITIES . exas law requi:::-es that '-:-,ost contr3.ccors. subcc:-:.c::-actors, and othe~5 ~roviding work or serv~ces for a City building 0:::- construction !::;~ es:: ;.:ust be cove :::eci. by worke::- I S compensation insura:1ce. authorized if _~surance. or an app~2ved worker's compensa~~~~ coverage aqree~e-'lt Even if Texas law does :-:.ot require a contractor, subcontractor or others performing project services (including deliveries to the job slte) ::~ provide 1 of the 3 forms of worker's compensacicn coverage, "he C:..-:..y '..vill require such coverage for all individuals providing work r services on this projecc at any time, including during the ai:::.e::ance guaranc y period. :-;otor carriers .....hich are required to egls::er with the Texas Depar::~enc of Transportation under Texas Civil Stat~~~s Article 6675c. and which provide accidental insurance ,':overas:e under Texas Civil Stacutes Article 6675c, Sect::.on 4 (j) need 'lot ;: :::-ov::i de 1 of the 3 forms c f worker's compensation coverage. ~he Contractor agrees '-~ comply with all applicable provisions of T'C:xas Administrative Code ~itle 28, Section 110.110, a copy of whic~ .s attached and deemed ~:-:.corporated into the project contract. please note that under section 110.110: certain Language ~ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing serv~ces for the Project; ;: the Contr2.ct:o~- =--_5 required t.o submit ':.0 the City certificates of c8verage for its employees and for all subcontractors and others providing services on the project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and the Contractor 15 required to post the requi::-~d notice at the job site, i s s~ing this Contrac~, the Contractor certifies thac i= will t~mely 'l[!l'::;~', '",,1 th these Notice to Contractors "S" ::-equirements. NOTICE 7~ CONTRACTORS - B IRevisea 1/13/981 paqe 1 of 7 8/7 (18 :-~gell..-\i.C -~. j " S [' ;~l -1) ",' (- E 1 It e.:. . ~ '( ~~.' "A_ _. :.. Pan II. TEXAS \YORKER5' CO~IPE~SATION COMMISSION Chapter' 110. REQUIRED NOTICES OF COvcR-\GE Subch3prcr B. E2\1PI ,O't"ER ;:\OTICES ~ 110.110 Reporrinz: ReauiremeDls for Building or Construction Projects for Governmenul Entities (a) The following words ana terms, when used in this rule. shall h2ve the following meanings, unless the context c:e:rriy incicates otherwise T e:ms not define~ in this ruie shall h2.ve the meaning defined in the Texas Labor Code, if so define:::. (l) CertlnC2~e of cove:c.ge (ce:-tiiiC2.i:e )--\. copy of a ce~..1.ii.cate of i..."1Surance, :t cenmcate or authority to sell-insure issued b:; the CGr.unissioc, or a workers' ccmpe~ation coverage agreement (TWCC-81, TWCC-n, TWCC-83, or nVCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's e:n;Jioyees (inciuciing those subjecr to a coverage agreement) providing services on a Droject, for the duration of the project. (2) Building or COI1.5truc-.ion-nas I.r.e me2!'.L'1g defined in the Texas Labor Code, S 406.096(e)(I). (3) Contr-c.c~or-A person bidding lor or awarded a building: or construction project by a governmental enury (4) Cover-age- Worker 5' compensation insurance meeting the statUtory requirements of the Texas Labor Code, S 401011(44) (5) Coverage 2.gree::::lent-.i.. wnue:: 2.gree:::e:1t on form nvcc-o 1, form TWCC-S2, form nvcc-s::;, or form lWCC-84, filed Vlitb the Texas Workers' Compensation Commission which establishes a relationship between the panies for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Dur-auon ofilie project-Includes the tune from the beginning of work on the project until the work on [he project has beef! compie~d 2..:;j accepted by the govem.rnemal entity, (7) Persons ~roV1ding SerY1Ces on L'1e proJect ("subcomracror" ~-: S 406,096 of the Act)-\Vith the exception of persoI1.5 exduded under subsections (h) and (i) of this section, indudes all persoI1.5 o~ entities pen:-ormmg all or pm of the servlces the contractor has undertaken lO perform on the proJecl, regardles~, of ".vhether that oerson conuac:ed directly v...;th the contractor and re2ardless ofwherher th~t perscn has emoiovee5 n.is includes bm is not iimited to indeDendent conmetors, subcontractors. leasmg comp2.11ies, .m~[Qr carriers, owner-operators, employees of any such entity, or employees of anv emiry fi.,rr.ishinlS persons to perform sc:-vices on the proje~t, .. Services" includes but is not limited http://\.V'''-'Wi':;S st.3.1e t~: c:sit3cJ2S/II; I 10/8/1 : 0 II OhtrnJ ~IOTICE TO CONTRACTORS Revised 1/13/96) Paqe 2 ot 1 817198 11 (> t'age 4 or b 1:\ -::~2c:t.:;:jly re::~t1"e ::.::::::1 :;e:-scn \\-ltn whe!:: :: contrac::; :: ::-o\.;ce servlces c:: ~ ;::-oject to: (A) prowie coverage Dasei on prooer repo~g of classiiicauon wces and payroii a..-::oums and filing: of any c2verage agree:;:e:::.s fur ~;; ofi:s emplcyees proviciin~ se~:ices en the projec:. f;::r the duratio; of the Dfelect; (B) prJvde a certificz.:e c: :::average to the cont;actor prior to that person beg:innh,"g '.'.'ork on the proJec:: (C) lnciuce in all comr2.~: ~o prO\lae se:-vices cr:. the project ::-.e 12.Ilguage in subsec-.icn (e)(3) of this sectIon: (D) proVlde the contra~c;, prior:o the end of..b.e coverage pe:iod, a new cenific<:.:e of coverage showing extension of coverage, if the coverage period shown on the current certiiiw.e of coverage ends during the duration of the project; (E) obtain from each othe:- person Mth whom i: conrraC'"..5, and p;-ovide to the contractor: (1) a ceruilcate of coverage, prior to the other ye;son beginni.'1g work on the projec:; ::"'"1d (Ii) pnor to the end of the coverage period, a new certificate of coverage showing exte:-.sion of the coverage period, if the coverage period shown on the currem certificate of coverage e::Ids during the duration of the project: (F) retain all required ce:--cicates of coverage cn file for the duration of me project a..~d for one year therea.fte;: (G) notify the governmental entiry in writing by certified mail or personal delivery, v.ithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project.; and (H) coarracrually requ.tre ~ch other person with whom it contra~..s, to perform as required by subparagraphs (A)-(H) of this paragraph, with the certificate of coverage to be pro\ided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree;:;.e;J.ts; (2) provide a certificate 01" 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: "3y signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contra~ is representing to the governmental entity that all employees of the person signing this comrac: who will provide services all the project will be covered by workers' compensation coverage http:lh,~NVv' sos.state.tx:.usltad281ll!1101BIlIO.IIO.hunl NOTICE TO CONTRACTORS - B l\ev1sec1 1/13/981 paqe 5 ct 7 8/7/98 ~ 0 .L ,.-.\ '" L 1 \) .t'age.) ora for U:~ c'.-:ation of ~~e orOlect. :hat the cc'.eraee will be :~ed on proper reponing of classification codes 2.!10 Davroll a:::o~nt~. and that ail cO\oerage agreeme:::s 'Niil be filed with the appropriate insura::ce c~er or, ~ the case of a self-ir..screa, with the commission's Division of Self-Insurance Re2t:!auon. ProVldinlZ. false or misleading idorrnation may subject the contractor to administrative pe~ai.:es. criminal pe;alties, civil penalties. or other civil ac-..:ons." (4) previae the person for whom ir is providing services on the project, prior to the end of the coverage period shown on its current certificare of coverage, a new certificate showing extension of cover2ge. if the coverage period shown on :he certiiicate or coverage ends during the duration oithe proJec: (5) obtain from each person providing services on a projec: under contract to it, and provide as required by its contract (A) a certificate of coverage, prior to the ot...1er person beginning work on the project; and (B) pnor to the end of the coverage period, a new certificate of coverage showing extension of the coverage period., if the coverage period shoM! on the current certificate of coverage ends during the duration of the proj~; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (7) noufy the govern::nental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person v.ith whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agr~:nents for all of its er:1?loyees 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 coorracts to provide services 00 the project the language in paragraph (3) of this subsection: (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration cf the project: - (E) ootam from each orher person under centract to it to provide services on the project., and provide as required by its contract: (i) a cernficate of coverage, prior to the orher person beginning work on the project; and (ii) prior to ~e e~d of the coverage period, a new certificate of coverage showing extension of the cove,age penod, If the coverage period shOM! on the current certificate of coverage ends during the http://WVlWsos.state.txusltac/28mJ1101B1l!O.!IO.html NOTICE TO CONTRACTORS - B Revised 1/13/981 paqe 6 ot 1 817/98 Page 2 c:- ~ ~:img. :x ue~':ellng ec:ulpme;)~ cr ::-:::c;::Us. cr ~r;::\lciing labor, ~1~'SpC~2::CQ or otkr "::'::::0 2. p[oJec.'S~;vjces' does not L-::;-.;:e aC11',~~:e~ ,-",.;-eiated to the prOJe:::. s~ch 2.S 'e ~"::: 'er.cior:" c::ce suppiy deliveries. G_:-::: ceiivery of ;:or..zole toilets, (8) P,c.ic:-c.:cludes the cro..ision of ill services re:2:ed to a buildiDg or cOnstruCT..lOn C;::;::;-act for a gove;;,.:::~;::::...: e:1tltv (b) PrDV;JJ:; or causmg te e:e provided a ceniiica:e oi coverage pursuant to this rule is a represe:::2:ic:: ov the Lnswed :hat all employees cf:he insured who are providing services en the project ::: C c::;','ered by workers' compensation coverage, that the coverage is based on orooer repomn~: of c;2..Ssmcation codes and payroll amoue:s, and that all coverage agreements -l:2.~e been filed with L':e 2.?;J[()priate insurznce carrier or, in the case ot a self-insured, with the commission's Division of Se!.r..L-:s:.ir"-,ce Reguiatior'_ Providing fuIse or misie.::.ding ce~cates of coverage, or failing to provide or r::aimain required coverage, or failing te report any c:-.ange that materially aife~.s the provisIon of coverage may subject the contractor or other person providing services on the project to admirjstJ2.::ve Denalties. criminal penalties, civil pe::aities, or other civil actions. (c) A gove;.;....::e:1tal entJty ::'2.t enters into a buildi..:g or construc-...:on contract on a project shall: (I) mclUClC if: [~e bid specirlcations, all the provisior..s of parag:rzpn (7) of this subsection.. l:s:ng the languz.ge re~uired by paragraph (7) of this subsec::icLl: (2) as pan of L1e contract, using the language required by paragr-aph (7) of this subsec.ion, require the co m.f2 c: 0 , TO perform as required in subsection (d) of this section; (3) obtain :Tc;n L~e contrac:or a certificate of coven~ge for each person providing services on the project, ~nor to that person beginning work on the project; (4) obtain frem the conLrac:or a new certificate of coverage showing extension of coverage: (A) before tr.e end of L~e C'c:r:-em coverage perioel if Lie contrac:or's current certificate of coverage shows th2.: :.he coverage pe:::od ends during the duration of the project; and (B) no late; ti-.2ll seven days 2.J.-1er the expiration of tbe coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of~e project; (5) retain ce;ri!icates of coverage on file for the duration of the project and for three years thereafter, (6) provide 2. copy of the ce:.ificates of coverage to the commission upon request and to any person entitie::! :c.hem 0'/ law; and 7) use :he 1c..::g'"Jage cor:tained in the foHowing Figure i for bid specmcations and contr2.~s. ',l,.1thOut any additicnai words or changes, except those required to accorr..IDOQate the specific document in which they 2.re contained or :0 impose stricter standards of dOCllr:1entation: T28S I I J i 1 O( c)(7) rbl t:!tp://\.V'WWJs.stateLxusltac23/II/I] Offill] 0 IIOhtrrJ NOTICE TO CONTRACTCRS - 3 Revi..5ed 1/13/981 paqe .3 ot 1 8/7/98 o 11 ) Page j of6 ..} A comractor snai; , i ) prO\'1de coverage for its empicyees ~rovid.ing services on a project, [::- t..:e duration of the project :::2..Sed on proper re?on:ing of c1assi.::c:!:.:on codes and pa:ToU amounts a..,:C :::.;:::g of any coverage 2.g:reements; ::) prm.ide a certificate of coverage 5~owing workers' compensation coverage to the governmental ~:lIiIV prior to beginni.'1g work on :he ;;~oject; (j) proY1de the gove:1l!Ilental entir:;, ~;ior to the end of the coverage pericd, a new certificate of coverage showing eXtension of coverage, if the coverage period shown on the contractor's currem :ertificate of coverage ends during tr.e duration of the project; . (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work: on the project, so the governmental entity will have on file cenificates of coverage showing coverage for all persons providing services on :...':e project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duratIon of the project; (5) retain all required certIficates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmemal entity in 'Miring by certified mail or personal delivery, within ten days after the contractor knew or should have y..no\llI"t, of any change that materially affectS the provision of coverage of any person providing services on the project; (7) post a notice on each project site infonning all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. TIlls notice does not satisfy other posting requirements inlposed by the Act or other commission rules. 1bis notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text: for the notices shall be the following text provided by the commission on the sample notice, 'NithoU! any additional words or changes: REQUlRED WORKERS' COMPEN"SA nON COVERA.GE ~The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. 7:-15 includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or Sta.tuS as an employee. II "Call the Texas Workers' COmper.52tion Conunission at 512-440-3789 to re~eive information on the legal requirement for CDverage, to verify whether your employer has provided the required coverage, or to repon an employer's failure to provide coverage." ~::tp:ll\.VWWsos.sta!e.tx.usltac!28!IIJ110IBI1 JO.II0.html NOTIC~ ~o CONTRACTORS - B Rev1sed 1/lJ/981 Pllqe ~ ot 7 8n /98 ) l ~ v Page 6 of6 duraLoL .. I ::1e :::mrra~: (F) retam ail reCJUlreo ce:-::::;:;;:.:es ot coverage on file for the duration cf ~he project and for one year thereait:e:- (G) notify the govemme~:ai e::ciry in writing by certified mail or person.ai delivery, within ten days after the person knew or should have known, of any change that IIl2.terially affects the provision of coverage of any person providing services on the project; and (H) conrra~aliy require e.1.ch ;-;erson with whom it contracts, to perform as required by this subparagraph and subparagraphs (A)-(G) ofmis paragraph. Vvith the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or cirC'.1:I1stance 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) TIlls ruie is applicable for building or construction contracts adve.f"T..ised 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. (h) The coverage requirement i..., this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Trans po nation and who provide accidental ir.surance coverage pursuant to Texas Civil Statutes, Article 6675c, S 40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act. ~ 406.097(c), and who are explicidy excluded from coverage in accordance with the Act, S 406.097(a) (as added by House Bill 1089. 74th Legislature, 1995, S 1.20). TIlls subsec-.ion applies only to sole proprietors. partners, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for delivery, or renewed on or after January 1, 1996. Source: The provisions oftbis S 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995,20 TexReg 8609. Return to Section Index http://wwwsos.state.tx.usitad28!Il/IIO/B/l10.110.htmi NOTICE "0 CONTRACTORS - B Revi$ed 1/13/981 Pal1e 7 of 7 sn /98 PART A - SPECIAL PROVISIONS (CiRPUS UmlSTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting Sealed prop')3i:! is" i 11 be rpcei ved 1 fl conformity with the official adver ti iement invl ti '9 t, ds tor the project. Proposals will be received in the f+ l-:e of thE' C ty ';ec retary, localed on the first floor of City Hall, 12 L'~pard:; u'et 1J lil 2:00 p.m., on Wednesday, September 28, 2005, Pr,-,p, S2 ; mal ]e,j "hol Id he-lddressed in the following manner: CIL., uf [orf'us 'hrLstl Cit~ Secretdry' OffIce 1201 Leopard Streer. Corpus ChrLti, fexas ATTN: BID'ROPOSAL 78401 CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID A pnc-l'id is scheduled tor Tuesday, September 20, 2005, a.m. and wil_i bc~"~onductc~d by th(~ City. The location of the Department of Engineering Services Main Conference City Hall, 1201 Leopard Street, Corpus Christi, TX. beginning at 10: 00 the meeting will be Room, Third Floor, N~~d(~tl~nal_~,! sepccat_(-: vlsj~~ti~[)s will b~ c()[lducted by the City. All inquiries regarding the plans, specifications, and/or contract documents, including any discrepancies thereto, shall be made either in person at the Mandatory pre-bid meeting or in writing via fax or letter to: RE: Corpus Christi Ship Channel Utility Crossing Attn; Mr. Allan Hayes, P.E. Project Manager Shiner Moseley and Associates, Inc. 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 (Fax 361-857-7234) All questions shall be received prior to 5:00 pm, September 21, 2005, which :~s one week prior to bid opening. The Engineer will not answer questions received after this time, and it is the Bidder's responsibility to ensure that all questions are received prior to September 21, 2005. Questions and replies to questions will be made in writing to all Bidders via fax and mail. THE ENGINEER WILL NOT ANSWER ANY QUESTIONS MADE VIA TELEPHONE OR &MAIL. A-2 Definitions and Abbreviations Sectj ,f) "-1 of t"lf' Genera rTo~JislOnS will govern. A-3 Description of Project CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING, REVISED AND ISSUED FOR RE-BID consi t: of tviC I)) Base BIds and a Deductive Alternate. Bidders have the opticw bidding OIl Bas" PId and/or Base Bid 2 (see Special Provision A- 3) ; Section A - SP (Revised 9/18/00) Page 1 of 29 BASE BID 1 - INSTALLATION OF NEW UTILITY CROSSING, consists of furnishing, irsta, : ing and tes; ing approximately 5144 linear feet of 20-inch (0.0.) SOR 9 HUPE water main USing horizontal directional drilling; furnishing, installing alld t,csting dPprox mat(~ly 340 linear feet of 16-inch (1.0.) PVC water main U ing:pen trenchir,g; furnishing, installing, and testing approximately 5144 1 neal feet Jt ,c;-inch (O.D.)SOR 9 HOPE wastewater force main using h'n zcntal de] 1] in'l; tlrnishing, installing and testing approximately 200 l!npar feet of U-lilCh (LD.) PVC wastewater force main using open trenching; c';nnec ions '.C> ex isting \"ater and wastewater systems; site restoration, vdlvinl and other appurtenances; and installation and maintenance of traffic contro and storm water pollution prevention measures; in accordance with the plans, :;peci [lcat io:,s, ,nd contract documents; BASE BID 2 REMOVAL OF EXISTING UTILITY CROSSING, consists of cleaning, purginq, and removlng two()) L2-inch outside diameter steel water mains, two (.~) 12-j neh outside iiameter steel wastewater mains, two (2) 10-inch out Sl.d,' diameter stceljas mains, and one (1) fire alarm cable from underneath U,," bo'tom of and hi. thi n the s ide slopes of the Corpus Christi Ship Channel and fr,m on- shore; lEach pipeline and cable are approximately 980 linear feet (as determined by d hand-held GPS Unit) above ground horizontal distance.) site u~stordt.ion; maintaining clnd re-establishing slope stability of Ship Channe side slopes, maintenance of traffic control and storm water pollution preVF'nt ion measures; and dredge material disposal in accordance with the plan, specifications and contract documents; BASE BID 2 - DEDUCTIVE ALTERNATE NO. 1 - REMOVAL OF EXISTING CROSSING _ MODIFIED METHOD consists of leaving piping, cabling, and other appurtenances within the Side-Slopes of the Corpus Christi Ship Channel, ,-.:appec! and abandoned in place in lieu of removing said piping, cabling, and appurtenances and re-establishing Ship Channel side- stapes, in accordance with the plans, specifications, and contract d, )'-.:umen t: s, A-4 Method of Award Thl bid wi I be eVi,luated based on the following order of priority, subject to th,c vailahility, f fundinq: 1. Total Base Bid 1 2. Total Base Bid 1 and Total Base Bid 2 minus Deductive Alternate No.1 3. Total Base Bid 1 and Total Base Bid 2 The Clty reserves the right to award two separate contracts (one for Base Bid 1 and one for Base Bid 2) to two separate contractors. The CiTY reserves i. rregular i ties and t Jdvantageous to the C the right to reject any or all bids, to waive accept the bid which, in the City's opinion, is most lty and in the best interest of the public. Explanation of Proposal Base Bid 1 - Installation of New Utility Crossing: Consists of furnishing, 1nstaJ l]nq, and test ing approximately 5144 linear feet (as measured by horj zontal above qrourld straight line distance from drill entry to drill exit ;-)oint) of 20-lnch (0. D.) SDR 9 HOPE water mains using horizontal directional jri] ling; furnishing, installing, and testing approximately 340 linear feet ~,f 16..iflch (I.D.i F\JC water main using conventional open trenching and furnishing, installiIig Clod testing approximately 5144 linear feet {as measured by hor i 7-0nta; above ground straight 1 i ne distance from drill entry () ,jrill exist pOlntl at 16-inch (0.0.) dual waste water force main using Section A - SP (Revised 9/18/00) Page 2 of 29 he al ittecti ,nat Jr111 Ing; furnishing, lnstalling, and testing ap 'x mately ~O( nea Teet f l2-inch (I.D.) PVC waste water force main )nver t L,n,', 1 )pen t.' eneh l rig; connections to existing water and other ,ance3, ard nsL illation dnd maintenance of traffic control plan and lter I Lll' iei pI VE'nt (I measures Base B~d 2 - Removal of Existing Utility Crossing: Consists of removal of eXistl)!) utility cr(,ssing consists of removing two (2) 12-inch (0.0.) steel water '!'dins, -we (L' J inch (C.D.) steel gas mains, two (2)12-inch (0.0.) sL','eJ ',cjstJ~ ,vael' nain: lOCj "nc (1) fire alarm cable from underneath the bott~m f and trrm ith n thE side-slopes of the Corpus Christi Ship Channel and t U,[f, on-shore - Each pipe L lne and cablE~ are approximately 980 linear feet (a:.; de' rmined by d hanel-held GPS uni t) (above ground horizontal distance). Al 0 i (lude!:' 31 te rest IdtiOfi, maintaird.ng and re-establishing side slope steibi 1J 'I of :c;hip 'hanrlel side slopes, maintenance of traffic control and storrr IN,ter polJutio pr,'ventiOfi measures and dredge material disposal. Deductive Alternate No. 1 - Removal of Existing Removal - Modified Method: Consists of Leaving piping, cabling, and other appurtenances within the side- slopes f the Co pu Christ.i '::;hip Channel capped and abandoned In place in lieu remcvInCj clid pip11lQ, cabling, and other appurtenances and re- esta~l] .hing ShIp Ch~nnel slde slopes_ A-5 Items to be Submitted with Proposal The ')] ')winq Ll ems ,re Ie(ll~_,,:d to be submitted wi th the proposal: 1. 5% Bid Bond Proposal) (Must reference Project Name as identified in the (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. Statement of Qualifications Shall be submitted with the proposal A-6 Time of Completion/Liquidated Damages The wnqng t lIne Jar completion of the Project will be 120 calendar days for the Base Bid 1 and an additional 180 calendar days if Base Bid 2 is awarded. The Cortract'.H shal j c:nmmence work within ten (10) calendar days after receipt of writl~n not ce from the Director of Engineering Services or designef ("City Enqireer" 1 () prcweed. FOl'a< Cd endar 'ay IILl!' .HI'; work IE;mains incomplete after the time ';pel 'i, r n the C(,"tra: t for completiofl of the work or after such time per lod ;, eX',onded I Jrsuanl t () other provisions of this Contract, $500 per calendal day WI bE asscs~;ed ')qainst the Contractor as liquidated damages. Said lijuidatcd damajes JH' nut imposed as a penalty but as an estimate of the dumdges that the City Will sustain from delay in completion of the work, which ddmages by theJr nature are not capable of precise proof. The Director of Engitleering ~;ervi 'es I.City Enqineer) may withhold and deduct from monies otherwi~~ due the 'ontractor the amount of liquidated damages due the City. Section A - SP (Revised 9/18/00) Page 3 of 29 A-7 Workers Compensation Insurance Coverage If the Contractor' swor kers' compensation insurance coverage for its employees working or, the Project is terminated or canceled for any reason, and r'placement w,rker-s' compensation insurance coverage meeting the requIrements of Un CcntraC't is not in effect on the effective date of callcell ation of the workers' compensation insurance coverage to be replaced, then lny C:Of!1:ract r employee not covered by the required workers' compensation Insurane coverage must not perform any work on the Project. Furthermore, for eaCL1 calendar day including and after the effective date of termina ion or caricellatlon of the Contractor's workers' compensation insurance coverage or i ls employees working on the Project until the date replacement worker-;' compensation insurance coverage, meeting the requ i remenls of thic- Contract, is in effect for those Contractor employees, liquidat:ed damages w 11 be dssessed against and paid by the Contractor at the highest daily rate elsewhere specifIed in this Contract. Such liquidated damages wil accumulate without notlce from the City Engineer to the Contractor and Will be assessed and paid even if the permitted time to comp!et~ the Project has nct expIred. In acccrdance with (rher requi rements of this Contract, the Contractor shall nOI pelmi t subcontractor s :~r others to work on the Project unless all such individuals workJng on the Project are covered by workers' compensation in:suran -e and unles the required documentation of such coverage has been prnvi de'-j to the Cont: act r ,'me! the Ci ty Engineer. A-a Faxed Proposals Proposals faxed directly to the City will be considered Proposa I s must conta in oriqinal signatures and guaranty and accordance with Sect on B-2 of the General Provisions. non-responsive. be submitted in 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-recei pt. S i nCf~ addenda can have significant impact on the proposa I, fai lure to acknowledqE: rece ipt, dnd a subsequent interpretation of nonrec" j pt, could hav,' In adverse effect when determining the lowest responSible bidder. A-IO Wage Rates (Revised '1/5/00) Labor preference and Offshore Construction use higher wage rate, wage rates and Dredging. for Heavy Ln case Construction, Heavy Pipeline of conflict, Contractor shall MinimurnJ"cevai lin~LWii~ S(:al~; 1be Corpus Orristi City Council has determined the general prevailing ffilnl11lllll1 hourly wage rates for Nueces O:)UIlty, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workrren, and mechanics errployed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per c:alendar day, or portion thereof, for each laborer, workman, or rrechanic errployed, if such person is paid less than the specified rates for the :::lassifiG:ition of work performed. The Contractor and each subcontractor must keep an accurate record showing the name~ and cJ assifications of all laborers, workmen, and mechanics employed by them L r 1 cOill1ecti on '.-1 j U, the Proj ect dnd showing the actual wages paid to each worker, Section A - SP (Revised 9/18/00) Page 4 of 29 The (fOnT tactor will llBY,P bl-weekly certified payroll sul::mittals to the City Engineer. The Cunlx ,,'11 will ,.1150 obtain copies ot such cert i fi.ed payrolls from all subcontractors and "1 fiC; ickElg:m the F'r'oject. ','hese docurrents wIll also be submitted to the City Engineer :,j-w(~: ISe.:? s'~ct ion for Minor-tl/Minority Business Enterprise Participation Policy for idcJI t ,[ n?q\ J r fone' ,t s 'ann' 'n1 nq t, t'.c oraper form and content of the payroll sul::mittals.) Clne cJ: d:le'-ha, i, I ,) tL'TES the :ip'~clfied hourly wage must be paid for all hours worked in exces: 40 hOUC3 d. ,[flY one ',-Jeek and for all hours worked on Sundays or holidays. (See Se"ti,n 1-1, [E.fimticl of "'eurls, and Section 8-7-6, Working Hours.) A-ll Coc::Jleratian with Public Agencies (Revised lI5/00) The O,nt factor ~haJ 1 ccxfJera',e vii th aU public and private agencies with facilities operating wit hi: 'he linuts ot t',e Project. The Contractor shall provide a forty-eight (48) hour notiet any -:lpplicabh' agency 'when work is ant i cipated to proceed in the vicinity of any faci Ii t'y by [J;,1.nq the Texas One-('---dl] System 1-800-245-4545, the Lone Star Notification C:cJlTlpi:my ,t J'800-669-83L14, ard the Southwestern Bell Locate Group at 1-800-828-5127. For the Contrjct ,,' S :::C'[WCtllenCE the roL lowinq telephone nurrbers are listed. f E:ng HIE*' r PI ) iect I::ng ineer Shiner Mosflley and Associates ALLan Hayes, .E. TJ jffj,c l-~ngjnE..>(TiIlq PI ! Lce D2partnent Wc,('~r Depdltmc:nt Wbst_ewater Servia:s Oi \j iS1 on G,. 'T DeparlJrent StJrm Water D2part ment Pe'T-ks & Recreatior Department St -(:et:s ,', SoEd Wcrste Services Lepartrnent AE 880-3500 361-857-2211 361-857-7234 880-3540 882-1911 857-1880 857-1881 885-6900 8S7-1881 880-3461 857-1970 889-3856 (fax) (880-3140 after hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (866-223-8508 after hours) S~, '-::~ v 2,trPel Di v. t)r Trdff ic Sl111a] IFrber 4,ti( Loca!:e 88J-)511 (1-800-824-4424rafter hours) (:;.:1(; 1 eV1Sl.(~r\ 857-1946 B57<>000 887-9200 813-1124 881-5767 ')12/935-0958 972-753-4355 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mobile) AC;T (Fiber~)t ic) Kfvl' (FibP r 4")t 1 c) Gru!Cle (Fll:.er Uptl :) (-::p.PROCK !Fiber ~t lC) BIOks F'it>er Cpti, (MAN) A-12 'Maintenance of Services The '01': cact:!)r shali take all pcecautlons Hl protecting existing utilities, both lb'Ie and be! ow ground. The Drawings show as much information as can be '-eds"nat' y cbtdined [rem existing as-buiJt drawings, base maps, utility :..ec I 'is etc dnd om .-is rnuch field work as normally deemed necessary for the OJ r,ruc'_iuT} of t,his type ur project with reqard to the location and nat1lr..' unClPtqrounJ utllitif:S, etc. However, the accuracy and completeness of s'lel, ~f(rma,tl~~is_ no~,_g.u,.t..!,ante,=~. It is the Contractor's sole and compl:,t, responsibil ty 10 locate such underground features sufficiently in ddvar:;e ,f heS op',r,,':io]1 preclude damaging the existing facilities. If tfF ()n ldcte! >;'n'.OUi!ter u iJlly services along the line of this work, it is I:i,. ; :::o")nsib~ i t t) rndinta i n 1he services in continuous operation at his owr', cxp.'nsp. Section A - SP (Revised 9/18/00) Page 5 of 29 In thE event ot ,amaqe to underground drawlnqs, the Contractor shall make the ut Ii i tles back in sE'rvice to construct the the Contract price. Ali such t^epairs must company or a.:;ency tr,t owns the utili ties. utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the When., ,oxisting sewet s are encountered and are interfered with (i.e. broken, cut, et ('.), flow must be maintained. Sewage or other liquid must be handled by the Contractor ither by connection int^o other sewers or by temporary pumpinq to a satisfactory outlet, all with the approval of the City Engineer. Sewage 'r other ] iqu id must not be pumped, bai led or flumed over the streets or ground surface ani Contractor must pay for all fines and remediation that mav re~;:]lt if sewagE' or othel liquid contacts the streets or ground surface. It is dlso the Contractor's responsibility to make all necessary repairs, relocat! ons and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocat lons of sewer service lines must be provided by the Contractor. A-13 Area Access and Traffic Control Suffi cient traffic control measures must be used to assure a safe condition - .~~--~.._--_._.- --- - ~fld _t~provi~~~^ minimum~inc<?nvenience to motorists and the public. All ":iE3ather....acces~~ust be provided to all,!:^esidences and businesses at all times durinL_(::onstruction,_ including, but not^ limited to the Texas State Aquarium ~~cj.. C?DJU~Q1c!::.Ls-.!=:J 1iuseum ~f Sc~ence and liis.tory____ The_Contract()E_will be_~.qui!:ed to schedule his operations so as to cause minim_umadverse impact on the ~ccessibility of adjacent streets, including but ^_not^.^ limited to Mesquite2!:reet, Hi!:sch Street, North Chapparal Street, East:_ ^~Surfside u--1?oulevard, Pe~rl Street, Breakwater Avenue, and Timon B.-9^ulev_~J:"~_]hi~~a.y.om)~lud~_ but is.. not.. limited to providing flagmen, .s:_on~rlJ('tionof ~,=mporar'i_~"!..rrps ,etc. The Contractor shal i comply with the City of Corpus Christi's Uniform Bar ricadi ng Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall SE!CUre the necessary permits from the City's Traffic Engineering Department, TxDOT, and Nueces County, as applicable. In additloli, the Contractor shall comply with requirements set forth in the Texas Mdnual '::)0 Uniform Traffi c Control Devices. A-14 Construction Equipment Spillage and Tracking The Contractor shalJ keep the adjoining streets free of tracked and/or spilled materia.ls gOIng to or from the construction area. Hand labor and/or mechanicdl equipment must be used where necessary to keep these roadways clear or job-related materials. Such work must be completed without any increase in the Contract prJce. Street s and curb Lire must be cleaned at the end of the work day or more frequent ly, if necessary, to prevent material from washing into the storm sewer system. No viSIble material that could be washed into storm sewer is allowed '0 remain on the Project site or adjoining streets. A-IS Excavation and Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The iirt mus' be free of debris, caliche, asphalt, concrete and any other material that detracts from it: appearance or hampers the growth of grass. Section A - SP (Revised 9/18/00) Page 6 of 29 Al ,cox ',lLng "oncrere a[ld '~5ptJaLt within the limits of the Project must be 1" 'iC e,' Ilnle'3s 'Jther.-Jisc n(,l ed n eSSdr'y' Ct::;m( f<:s, e'::. ,'1 r~- [l,)j 11 ,'el Jal eluding bul not Ilmlted to pipe, to :)e ,Tns Idered subsidi ary to the appropriate pa ymere 1 c,: I i be made to the Con tractor. driveways, bid item; C' l(-'.,'a the-' L h A-16 D~sposal/Salvage of Materials Exce s 'xcavated ma'erial, rem~,-ved pipeline, cable, fencing, valves, rubble shor L[1'=----pr~~~ti~;i, b,okpn asphalt, concrete, broken culverts and other unwar,tE j materi."l bF'::omes he property of the Contractor and must be removed from t "E' O"i roe by t i1e 'on i LlCt r. The cost of all hauling is considered subs dJjry; ',here,'or , ni direct payment hI,11. be made to Contractor. A-l? Field Office (NOT USED) 'ffle-(.:.&ftt rClctof---flH:f-S-t--f.tt.Ht.i.5h, the City Enginccr-Erf- hiD rcprcDcnt.J.tivc ~:ith Cl ficld+,~rtt--t:fte-~itE'ue-1:cHHr-S+tc E!,.iort-&-4,hc ::It,:ut of B.:1GC Bid ',wrle for fti-5-:..._ttt.~~qhOtlt_..!-.b~proJcc:~_~~t:i4i-*T- the B.:1DC Bid .J.nd !'.dditivc ~t-e-f'ftdtivc N().+~'-fre fi-e--l-Ei--e-ffi-€-e---fftttst-- cont.J.in .J.t le.J.Dt 120 oqu;1rc fcct of UGc;1blc- ClpOCC. 'f-R€--f--ield of f ~=. f!l-1:l-5-t-Be-- air condi tioncd .:1nd he.:1tcd .:1nd muot ee FtH'ficts-heB: --w-:i-t-h~,l i f1cd -+.-ae-lc thot mC.:1DUrCG .:1t lC.:1Gt 30" J( 60" .:1nd t',iO .f2 }--e-Rrtt-FS. --'f'fle -Ge"t-t:-hc,ef+,-r-..s.ha 11 fflOve.tftC ficld---Dfficc on thc ~i tc .:10 Fetj,1:t-l--I"f-4--bY-E.fte -GH:;-y -E-A-g+-fl+-f:>-I' Of -fH..s--r€f'rcocntLlti'v'c--.-Thc ficld office mu::;t be f-tt+ffi-s,fwcl-------w-t--Htm-a-. -1:cei~+Re fw-ttft----.2-4-ftBu-ICpCr d.:1Y anm.cring Dcrvicc) .:1nd Fl'.X maefH:-flt' ~. .f-e-F-----B-y-t-ft<o.~_4=:enl rlctor,. Thct'c io no DCp.:1r.:1tc P;1Y item for the ~~€' i4-e-e- A-1S Schedule and Sequence of Construction Thee 01 one tOi --- --- based ( of WI. rk daiS racto/'oh" 1] subm i ; the Base B d and _,__.~._____ u__ ~ _____ ily on;a Lendar c1,:1Y:;_ lnd liPl';! tie ;ubmittcd ,r te the City Engineer .J. ~orle pl.:1n two work plans, 'JI1C for l\.dgi.tiv~ Alternative No.1, if awarded, TRiD pl.J.n '1'hese .Elans must detail the schedule li' the City Engineer at least three (3) working --COW3t [uet LUr! meet ing unless ~herwise indicated. ,he pr, ~ Edt. I pIal mliS' 1 di"lt.e rhc schedule of the following work items: III tidl Schcdu ,?: Subml t to the Ci.ty Engineer three Li,e Pre-Constrl::t "-1 V,ectlLq an ini.t'ial Construction (3) days prior to Progress Schedule ~-( .rev (~I./Ii ;> Items t. Inc luoe: Sl;u'..' 'ulnplete sequence of construction by activity, i c!,c,ntify i nq We ck )f "epdrate staqes and other logically grouped dC! Lvi t ,c I(j,'nt J f Y ! [1>' f, rst \"ork day of each week. L SU[JmittdL Dates lrJdlcatc submittal dates required for all submittals. 4. RE--SubmissJUIl: ReVise 3.tld t('submll ciS required by the City Engineer. 5. Pe i()dj(:"u~Eddte 3( '\Jal pr')grpss of ;]brni t Updated Construction Progress Schedule to show pact; stage by percentage agaInst initial Schedule. A-19 Construction Project Layout and Control The "\r,c,,i ngs iep c cl ma r k:' " d S e 1 i n C" 'e? t t.his 'ld' urc. li:les, ,"lopes, qrades, sections, measurements, bench t tlilt ,lI'," norma;1 y cequired to construct a project of Section A - SP (Revised 9/18/00) Page 7 of 29 The major controls and bench marks required for setting up a project, if not shown on the drawinCls, will be provided by the AlE Consultant. Engineer. G-H;-y SUCJCYO-F7 The C:ontractor will furrisn al L lines, slopes and measurements for control of thf, WO] k. If iu~ lng ::onstruc ion, it 1S necessary to disturb or destroy a control pOlnt or bench mark, the Contractor shall provide the AlE Consultant Engineer ~----8ucJcyor 48 h::mrs notice so that alternate control points can be established by the AlE Consultant Engineer City Surveyor as he deems necessary, at no Ci)st-to - the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the ~/E_c:onsul tant Engineer G-ity SUr';eyor at the expense of the Contractor. If, tor whatever redson, It is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Ci t Y Engineer pri or to deviation. If, in the opinion of' the City Engineer, the requ red deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City 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 Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measur ng f the completed work. The Contract<n shall provlde the following certification for documentation and verificat.ion of compliance with the Contract Documents, plans and specj fications. Said comp]i ance certi fication shall be provided and prepared by a Third Party independent Registered Professional Land Surveyor(R.P.L.S.) licensed in the state of Texas retained and paid by the Contractor. The Third Party P.P.L.S_ shall be approved by the City prior to any work. Any discrepdncies shall be noted by the Third Party Surveyor and certify compliance tc any regulatory permits. Following is the minImum schedule of documentation required: Wastewater: · AJ L rim/invert elevations at manholes; · All Intersecting] ines in manholes; · Casing elevations (top of pipe and flow line) (TXDOT and RR permits). Water: · All top of valves box; · Valves vaults rim; · Casing elevations (top 01 pipe and 1101" line) (TXDOT and RR permits). A-20 Testing and Certification All tesLs required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any test fails, that test must be done over after correctivE, measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must prOVIde all applicable certifications to the City Engineel Section A - SP (Revised 9/18/00) Page 8 of 29 A-21 Project Signs The je' or tract::)! must '.-J.. "'=1 drd\-J inq s . ,tion beg Lns '[ tract -' r ['he j 1 Eng c ne,o t furnish dnc1 (Fd tachmen t "trod wi 11 hE' i 0(:. l'-11n of install 2 Project signs as indicated on the I) The sign.s must be installed before manl!: ained eh roughout the Project period by the :qn:: wlll be determined in the field by th' A-22 Minority/Minority Business Enterprise Participation Policy F'/98) (Revised ie' i 1,,: t I is the puli y of the City of Corpus Christi that maximum opportunity afLnded mlnoritles, women dnd Minority Business Enterprises to p,irticipate in the performance of contracts awarded by the City of C. rpus Chr iriti in support of [,qua J Employment Opportunity goals and :J1Jecti ves t he Aff i rmati ve Action Policy Statement of the City dated e), tober, "1989, and any amendments thereto. In accordance with such p' 1 j cy, the C ty has established qoals, as stated herein, both for m riority and female particIpation by trade dnd for Minority Business f:, : erpr ise. r), t ini t ions a ~~lme Contrac,~S2I; Any person, associati,'n or joint venture as awarded a ':it eml tact. firm, herein partnership, corporation, provided which has been b SubcontI"ac~r: An'y named person, firm, partnership, corporation, associatiun,~]r joinl venture as herein identified as providing work, labor, SeI"VlCeS, supplies, equipment, materials or any combinatilJfj or the foregoinq under contract with a prime contractor on a C i t,y ~ont rar't Mi T2S'r i t)'_RUSlJIeS~J:;Jlterpr i se ; !\ business enterprise that is owned and contr(,Jlled bi one r more minority person (s). Minority persons In:::lude Blacks, MexLcan-Americans and other persons of Hispanic origin, American Indi c1ns, Alaskan Natives, and Asians or Pacific I s I Clnders, For UH-, purposes 0 f this section, women are also consider-el dS mUlUritLes. Minority person(s) must collectively OW:l, opel Jte .lnd/orJctively manage, and share in payments from su~h :lIl errerpri:;e In the manner hereLnafter set forth: L , Owned ia l' , r eel Ie propr etorship to enterprise, It must be deemed be owned by a a minority minority b,.slne~;s p'~r sun (b c"r an eIlterpr- i se doing business as a partnership, at least "].0% of the assets or interest in the pdrtnership property must be owned by one or more minority person(s) (e Fer an enterprise lee'asl 'd,O% of the stJarcs must he peI"son (5) . doing buslness as a corporation, at assets or interest in the corporate ,)wned by one or more minority Section A - SP (Revised 9/18/00) Page 9 of 29 2 CCIltro tled The prImary power, direct or indirect, to manage a business enrerprise rests with a minority person(s) 3 Sh<3re _!f1 E~ymen!:s Minority partners, proprietor or stockholders, of the enerprise, as the case may be, must be entitled to receive 51 0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, pr ,cucJment, and subcontract payments, and any other monetary distribution paid by the business enterprise. d Mirl()Titz: Sec definition under Minority Business Enterprise. e Fema!~ Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0% of whose assets or interests in the corporate shares are owned by one or more women. f Join_~~e!l_tur~ 7\ j 0 i nt venture means an association of two or more persons, uartnershJ.ps, corporations, or any combination thereof, founded tc caIry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is ta perform ~O.O% of the contract work itself and in which a mi nor ity joi nt venture partner has a 50.0% interest, shall be deemed equivalent to having minority participation in 25.0% of the work. MHlOr i ty members of the j oint venture must have ei ther financIal, managerIal, or technical skills in the work to be performed hy the joint venture. 3. Goals a. The goals for participation by minorities Enterprises expressed in percentage terms aggregate work force on all construction award are ~s follows: and for work Minori ty Business the Contractor's for the Contract ~nority Participation (Percent) ~nority Business Enterprise Participation (Percent) 45 % 5 % b. These goal 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 tho Contractor's percentage is prohibited. 4. Complianc:~ ,I. Upon completion of the Project, a participat lon, substanti ated by copies submitted hy the ~ontractor to the City final breakdown of paid invoices, Engineer. of MBE shall be Section A - SP (Revised 9/18/00) Page 10 of 29 b The Contr Jctoc shall make bi-weekly payroll submittals to the City EnqLneer'. The Contractor is to indicate the percent of minority and temale pc,ctic pdt.ion, by trade, which has been utilized on the ProJect. .1\10'lg 'wi I h the request for tinal payment on the Project, Ufo 'o! tr lctOI 'w l II j ndicate, j n Hri ling, the overall participation I r ,. ne;e 'ire,," wh I h have been acrlleved. The City Engineer may wlthho d :!iontrlly :JT final payments to the Contractor for failure to '.,;tbrnn hi weekly payrolls in d tlmely fashion or to submit overall pelt Ie oa'lon ln' rmation as requIred. A-23 Inspection Required rReVlsed 7/5/00) (NOT USED) ~, Cor;tractf)'f--S-I'hH+---as-5-\.H'€----the approprLlte building in:;pectiono by the BH-l-l+! Htq--I'fH3-p€-t4-4-Bfl-- ~ If t-s4-e-fl---d t the v.::t r 1 0 U 0 interval:; of '.W r k for >l h i c h a pe-+fftt-t-is-- rcqui-FeB-.dfifi- -t;-e-a-ti-oure a fin,Jt--- inopection .::tfter the building io e-effl!He--t ,_d and rea-4y- .fu-F--eeeupancy. C-Bfl-t-F-aBtor fllUOt obt.::tin the Certificate of GeeUf'aftey-,---whe--fl--aw-l-tc.::tblc", . Section B 6 2- of the Ceneral rro...ioiono i:] hereby .::tIDcnded in th,J.t.-Efle- 8m+--EaetB-F---ftlli5-t:--pa-y----a-l-l, feeo clOd eh.::trgeo levied by the G4:--ty-' s--8uildi~-+f*;p€-et:-i.Bftd Departme-nt, Jnd ---all other City feeoJ, including wa-f€-f-:f-w-l:Jte',i0-t-e--r-.-me-t-"-l:'---E-e-e-s--dfl'Ei--t.::lP fee:] J:J required by City. A-24 Surety Bonds Parayraph t_H') (2) 0 read 'is fo 11 (-HS Se tl on B 3-4 of the General Provisions is changed to "Ii sur'>Ly wl.l~ be ac( epted by the City from any Surety Company who I: now i.n .:lcfault or CleI inquent on any bonds or who has an interest .lI'iny LilHlciti,m aqalnsl' the City. All bonds must be issued by an approved Suret" Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess 01 ten pelcpnt (10 ) of the Surety Company's capital and surplus, tL Sur8t y -:i,m!,,,nY3ha 11 provi de cer t if i cation satisfactory to the y At':orne-; t'1at 'h,. ~;\Jret y Company has reinsured the portion of U"c' bond drTIOunt that exceeds Len percent (10%) of the Surety Ccmpany's capi I "lJnd sULpl us with relnsurer (s) authorized to do ll\ ines', in t~h( St>de of Texas. The amount oi the bond reinsured by any r-e insurer nkl'y' not exceed ten percent (10%) of the rE- ilsurcr'; 'ap tal drd surFllus. For purposes of this section, the an"mnt ) t illowed apl t a ] dnd surp 1 us will be verified through the St ite hoard 0 Insur-ance as of the date of the last annual :.'t lL.utory f I nar :ia! statement of the Surety Company or reinsurer 3.U horizf'd and ldmittH-J rei do business in the State of Texas. The Su ,~ty ,;ha 1 dc igndte all dCJent who J s a resident of Nueces County, fE'XdS. E.-lch 'lond m'lst l.K' executed by the Contractor and the :;u ,~ty. ~"C! antcac S Jt: exeess "f $]00,000 the bond must be sx ;ut_ed b'/ l c' 'Jret 'I (:~)mpany that i.s certi fied by the United States ~;, ,-etar v (lj r he "'rhlsury or must obtain reinsurance for any 1 i [bili! Y LIi ex :es~; of $100,000 from a reinsurer that is certified o'y the 'In i te,j :' tates ;ecretary or the Treasury and that meets all the- abov(. requi remer, ts. The insurer or reinsurer must be listed in th, Fed(:ral Reuist,'r 'is holdinq certIficates of authority on the -la (' the bond w,s i"sued." A-25 Sales Tax Exemption (NOT USED) Secticn H~-2,-~fi*€-ffip-t+efl-n--P-rovioiBfry--~i-s---Eie-1~ in i t8 entirety <1nd the ~w4-tl 9 0 Ub8t~~}4ft-- -H.e+t-~ ffie re-e-h Section A - SP (Revised 9/18/00) Page 11 of 29 GBttt-f'-ael-S-~~ 1mpro','cments-tB---te-a-i,- property ~r.Jo.rded by the City of Corpu:::; Gfir~-~<2.! quo.llfy for e}lemption:::; of SC11ea, E1lci:::;e, o.nd Uae T0.1{ea unle.:;:::; t-ft€.-t-eftt:ro.ctor --e-leeLa to opero.te under 0. oepC1ro.ted contrC1ct C10 defined by S€-eti&ft-~--&f :ho.pter 3, To.)[ /'.dmini:::;tro.tion of Title 34, Public Fino.ncc of ~.-.'f.e7{'JO 1'.dmiffi.s4o-tdtive C8de, or ouch other rulco. or regulo.tion:::; 0.:::; mo.y be promulgat-eEi--fl.y t.he C~Fe-l-*rDf Public !\ecounta of TC)lo.::;. -I--fC..~+fie-+;~-e++~-.t-B opero.te under C1 :::;ep.Jr.:lted contr.:lct, he oho.ll: h- Obto.in the necc:~oo.r'y---s-a+e-s t,:m permit::; from the Sto.te Comptroller. b- Identi-E-y---i-R-- -~-e-. .:lppropria.te :::;pC1ce on G-t fle:F---{:fl-a-r~ -Ht-t-fle-- pro p 0 0 0.1 form .i-n~ro.ted into the Prej-e-e-t-. the the "Sto.tement of P1.:lteri.:llo C1nd coot of mo.teri.:lla phyoic.:llly ~;--- Pro':ide re:::;.:lle ee-r-io-i-fic.:lteo to oupplier:::;. 4. ~oT:ide the Ci ty \lith copie:::; of mo.terio.l iw:oice.:; to ouboto.ntio.te the Frl'Opo:::;.:ll 'J.Jluef-rE-ffi;:Jtcri.:11:::;. If the Contr.Je-t-e-r-4.1eo not elect to oper.:lte undcr 0. :::;ep.:1ro.ted contract, he ~~'~--fur--a--l-l--&a-l-eo, E1CCi:::;c,--a-A4-Bfre T.J1[e:::; o.pplico.ble to thio Project. Subcont-fa-et-eT-S--ttfe--+'~.i&l-e-- for :::;o.le:::; to.)[ e)[emption:::; if the ::mbcontro.ctor 0.1::;0 complie:::; ~;i th E-fte .Jbo'-/e requirement:::;. The Contro.ctor muat iooue 0. reo.:110 ~~e~~ t~ 5ubcontr.:1etor o.nd the :::;ubcontro.ctor, in turn, i Gc~ ue::; ~-r,---r-e-s-a-:le--e€ F-t:-if i CJ tc--io-B---fi-ic:J ::;uppl iet'. A-26 Supplemental Insurance Requirements For each insurance 'oveeage provided in accordance with Section B-6-11 and special ~vis~~A~~ of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating In the event restricts the covenant s to chd.!~ to: of cancellation or material change that ; nsu rance afforded by this coverage part, mail pryor written notice of cancellation reduces or each insurer or material 1. Name: C l ty of Corpus Christi Engineering Services Department Attn: Contract Administrator 2. Add~ess: P.o. Box 9277 Corpus Christi, Texas 78469-9277 3. Number of days advance notice: 30 rhe Contractor shall provide to the City Engineer the signed endorsements, or c:oples thereof ceeti tied by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the :ontract documents Within Thirty (30) calendar days after the date the City Engineer requests that lh~ Contractor 51gn the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the c::ontract or provides worke r' s compensation insurance coverage for all '~mployees of the C 'ntractor employed on the Project described in the ::onl ract Section A - SP (Revised 9/18/00) Page 12 of 29 Fat ('a,h insClrancC' (,)verage provided in accordance with Section B-6-11 of the ']1 the Cont act,[ shal 1 obtain an endorsement to the applicable " U::lIP poLu:y, igned by the insurer, stating that the City is an an j( 'lal insured l.nder the insurance policy. The City need not be named as dO ] H ,dJ 1 l~!JrC'd (~ \'ic[ kel' 'c.rnpensat iC1n r:overage. Fret ~c('ract\1a Sect I en R'~6 li endor SEment ' Li, Dill'Y ll1."Urance cove cage (a ,) 'ht" ('untract, the rhlS ove(age ~tating: obtained 1n Conrractor accordance with shall obtain an CIltractc'r '1grC'es t.:) indemnify, save harmless and defend the City, its agenLs, se' vant s, dnd employees I and each of them against and hi Id iT. and t hem harmless from any and all lawsuits, claims, d..-rnands, J iabi I i ties, Josses and expenses, including court costs aj j alL.nneys' Eee~( ror 01 on account of any injury to any person, 0: any death at any time resulting from such injury, or any damage t, any propert i, which may arise or which may be alleged to have allsen ,"II ,)f or H1 connection Wi th the work covered by this C,ntract. Th( foreguing indemnity shall apply except if such in Jury, deat h >r damuge is caused directly by the negligence or ot her f3Ult of the :=ity, its agents, servants, or employees or any p. t son i ndernn i j Led he 1 (;U nde 1 A-27 Responsibility for Damage Cla~s (NOT USED) P.:Ir.:lgr.:lph-fa-t--beRe-Fal Li,llbit--i4:--y---Bi"---see-tci~)fi 13 6 11 of the Cener.:ll I'ro,....iaiona i-& affieflc~~T Gf,ntr.:le;::or-ffttl-51-FJ-Ff}'\flBe Builder's Risk eeveF.:lge for the term of the GuEtr.:lct-----tif7' -t-t'-ttflB--+ft€J uding the d.:lte the City fin.:lll}' .J.ccepta thc flH~-B-E- wer-k:. Builder' ~ Risk oover.J.ge muot be .:In "1'.11 Riak" form. G+tfltr.:lctor mUDt --ptty-C1l1 ooatD nece::J:nry to procure ouch Builder' 0 Risk eO'\f~~iunffie.H~'dftj>'--tieduotible. The Citymuat be n.:lmed .:lddition.:ll i r~:;urcdlJfl--,",n-y- ~:ie*5"'~p-f-e-'f-:i~-&H€R inaur.:lnoc cover.:lge. A-28 Considerations for Contract Award and Execution To a!le,,, the Clt'y E .gineer to determine that the bidder is able to perform i.t bJ 'lations 'indE' c the proposed contract, then prior to award, the City Enq i Lief: may IPgU I [e d bidder to provide documentation concerning: WhH:her any liH1s h-'lv(o been filed against bidder for either failure to pa~ for Se[V1Ce~ or materials supplied against any of its projects begun wi hin ~hc precr?ding ~wo (2) years. The bidder shall specify the name 'in] addresC;jf the party holding the lien, the amount of the lien, the be; 1S f'l" the i i.en ,:Llim, .'lnd the date of the release of the lien. If Jr, suen I i en rlas n();~ he""" released, t~he bidder shall state why the ,un hdc; net belen aiJ; and Wh0~her there ire any outstanding unpaid claims against bidder for se'/ice.' 1 mat riais supplied which relate to any of its projects begun wi! hin the pcecediny l'tlO (2) years. The bidder shall specify the name mi addres~i f t.he 'laimant, the amount of the claim, the basis for the ,] m, <'Illl arl e":pJd'ldt 1)1 why the cia im has not been paid. [, "iidE ma'l d L:iO be required to supply construction references and a financi.,J statement, prepared flO later than ninety (90) days prior to the Ci t V [~n'l ineer' s requlc'st, siJned and dated by the bidder' s owner, president or other a1llhorized party, specifyinq all current assets and liabilities. Section A - SP (Revised 9/18/00) Page 13 of 29 A-29 Contractor's Fie1d Administration Staff The Cor: tractor shal L employ for this staff, superintendents and foremen acceptable to the City Engineer. Project, who are as its ca reful field administration and competent and The. cr 1 c_erid upon whlet) the City Engineer makes this determination may include the followinrJ: 1. The superi ntenclent must have at least five (5) years recent experience il field manaqement and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessari ly Ii rni ted to, scheduling of manpower and materials, safety, c()ordination f subcontractors, and familiarity with the submittal process, federdl and state wage rate requirements, and City contract c1 Clse-out proce,lures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, If utilized, shall have at least five (5) years recent experience in Similar work and be subordinate to the superintendent. Fcremen cannot det as superintendent without prior written approval from thE Cit'!. Document ation concelling these requirements will be reviewed by the City Englneer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writ Lng prior t, such superintendent assuming responsibilities on the Pro Je,:t Such written approval of fie1d administration staff is a prerequisite to the City Engineer's ob1igation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of t his Contract. If the Contractor fails to obtain prior written approval ot the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the term of the Contral t, such a failure constitutes a basis to annul the ~ontract pursuant to ~ection B-)~13. A-30 Amended "Consideration of Contract" Requirements Under "General Pro'Jisions dnd Requirements for Municipal Construction :ontracts" Section B-3-1 Consideration of Contract add the following text: Within f Jve (5) proposals, the must submit to work,ng days following the public opening three (3) apparent lowest bidders (based on the City Engineer the following information: and reading of the the Base Bid only) t. A ist of the major components of the work; ) A 1St of the products to be incorporated into the Project; L A schedule of values which specifies estimates of the cost for each maJor component of the work; 4. A schedule of anticipated monthly payments for the Project duration. "j. The namE'S and'iddresses 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 Section A - SP (Revised 9/18/00) Page 14 of 29 1- fc'de t d firms lqc'lcie m,-et thc' dr 1) 1i kk h(' " t'lat " signed affidavits from the MBE firms, that such gu J del i nes contai ned herein. Similar substantiation 'he Contractor is an MBE. I f the responses do not MBE: part icipation will meet the requirements above, (~drl) d"monsLldte, to the satisfaction of the City Lj;od fditl; effort has, in fact, been made to meet said lId! meeting such requirements is not reasonably bc' r<~qu..i I ,~d ,nu - !<. :ncel, U at ,} t 'lt p JU I [feme.!: t sib} F 6. p, 1St )f -;ubco:.tractor:c; that will be working on the Project. This list may c I:ta 1 n ITK,re th 10 cme '3ubcont ractor for major components of the work if the r,trac (ciS not ccmpJetpd his evaluation of which subcontractor will p. r form . ')., "ior T' ',~it Y I:;nqlfl'~er retdiI15 the right to approve all subcontractors that w J 1 perform w Tk:>n the Project. The Contractor shall obtain written atproval by tr',? CLty Englneer of all of its subcontractors prior to b,cqinning work on the Project. If the City Engineer does not approve 3. proposer] subcontrdctor,;, it may rescind the Contract award. I' the E-ver.t hat d subcontractor previously listed and approved is s ght to be sub~tllut.ed for or replaced during the term of the C Ltracl, then the ':ity Engineer retains the right to approve any S Jt,stitutc' (r replacement subcontractor prior to its participation in U Project. ,uch approval will not be given if the replacement of the surcontrdc:tor \,111 result !l an increase in the Contract price. Failure 0' the :::ontract.Jr to ':ampLy with this provision constitutes a basis upon wrich tJ d'1nul 'he "ontract pursuant to Section 8-7-13; 7 . A prelJml tial y proqress schedule mdj or componen s c ~ t he work. Sl!rnlitt!?d ':0 the, City EnqinE'er at indicating relationships between The final progress schedule must the pre-construction conference; the be 8. Dr umen1l LUi, ] t?qUl reel pur~-;uant to the Special c. (Icern I nq {'onsiderations for Contr'act Award r:, t rac'J['~; Fi .ld i\dmirllst ration Staff, Provisions A-28 and A-29 and Execution and the 9. D( umen'c1tl()fla requIred by Spec1al Provision A-35-K, if applicable. 10, Wi thin five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy on Extra Work and Change Orders Under "(.eneral ProvJsions and Requirements for Municipal Construction Contracts" B-8-5 ,Policy ()I, Extrd Work'.)ni .C,!1...iin9c Orders the present text is deleted and replaced with the foJ ! o\\'i n 1 CO:ltractur acknowledges that the City has no obligation to pay for any extra work f01 which a change order has not been signed by the Director of Engineering Selvices or his designee. The Contractor al.so acknowledge.s that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders i.n an amount in excess of $25,000.00 must also be opproved by th~, Ci t v (''June] Section A - SP (Revised 9/18/00) Page 15 of 29 A-32 Amended "Execution of Contract" Requirements Under "General Provisiuns and Requirements for Municipal Construction Contracts" B-3-5 Execution of.S;:S:>l1trac!; add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivecc, a contract to the Contractor which bears the signatures of the City Manager, City Secrc~Lary, and City .lI.ttorney, or their authorized designees. Contractor has n, cause of act ion of any kind, including for breach of contract, agdinst the City. nor l:, 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 completi on of the Pruject. Fai lure 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 mandatory Pre-Bid Meeting referred to in Specia!. Provision A-l. A-34 Precedence of Contract Documents In case of conflict n 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 Spec] al Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifi, .ations and the Genera 1 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, ete., the precedence will be given to addenda, Special Provisiuns and Supplc'ment.al Spec: ial Provisions (if applicable), construction plans, ['eferenced :;pecifieations, Standard Specifications, and General Provisiuns, in that ('der A-35 City Water Facilities: Specia!. Requirements NOT USED ~ ,.. Vi" i tor /ContrelctB-r-Orient;1tion --.-._ .____n ~_. ~.---t-&- ~forming ,wr]c ~ ;1ny City u;1ter f;1cility, the Contr;1C-E--e-F-r hi.::; .::;ubcontr;1ctor.:;, ::Ind c;1ch of their employeeo muot h;1ve on their peroon ;1 v;1lid c::lrd certifying their prior ;1ttend;1nce at-~-Vi.::;itor/Contr;1ctor S;1fcty Orient;1tion I'rogr;1R\ conducted by the ~ W;1te+ Depelrtment PerGonnel. ^ Vi.:;itor/Contr;1ctor S::Ifcty OrienLl~.ffin---P-f~affl ',;ill be offered by ;:tuthorized City Welter Dcp;:trtment Hp€-Rffinnel for thoGe perGonG '"ho do not h;:r:c ::;uch .1 c.1rd, ;1Ad '.;ho~-i-Fe- W ~-form ;1ny ',mrlc ',:i thin ;1AY City \l.1ter f;1ci1ity. FBr ;1dditi(~.~m.:ltion refer to Attachment 1. &. Operation of City Owned Equipment The Contrac~ sha!.l not otart,. operate, or stop any pump, motor, ....a!.ve, equipment, flwitch, breaker, contro!., or any other item rclated--t.e- City water facility at any time. .7\.11 ouch item::; mast he ~ted bY::In ')pcr-a-t:-Br--e-r- other o.uthorizcd m;1inten;:tnec employce of -Hte~y W;1ter~.-- Section A - SP (Revised 9/18/00) Page 16 of 29 \: Protection~Water Quality 'fhe-&t-y-fffi:tfrt deli'Jer '.Jater crf-4HnJcing quality to itD cuatomerD at a--J-l- time::;,--'l'.fte--tentractor ahall protect the quality of the ,;ater in-Efie---4&&-5-'l-t:-e--a-R4---ohall --eeBrdinate it::; ,wrle ~:ith the City Water '*fn'l+-i=ffleR '--87- fTF e-E-e-e t t he qurrHty- -o-f 4:-he- '.I ate r . ~ Conformity with ANSI/NSF Standard 61 M-l----ffu:l4="€ riit-ls--dft{~--equipmeftt ~u in the repoir, reaD.:Jembly, H-ctftSF'~H'-t:-d~\r ----E-e-ffiot::llLltion, and inopection of pumpo, or ony e-t+te-r--- l{:-e'fft5,--~eerr-l-d come into cont;:lct '.lith pot;:lblc '.,';:Itcr, IRU:Jt ~j-fffi----- E-&- T'JAcr icon N;:I t ional- -Stand;:lrdo In:Jti tute /N'":! tion;:ll &a-A-::it-a+-i-en---f'-B+tOOa-tien U\.NS I /NS r) S tJ.nd'":!rd 61 a:J dC:Jcr ibed in the &-t af'l4H d S P e c i--f-:i:.e.a-tte-ftS-;- Such materials include ~oolvents, clcaners, lubricants, gaskets, thread. compounds, coatings, or hydraalie equipment. These items mu-s-to--fl&t.-ae-used unless they conform with ANSZ/NSF Standard 61 and unless-such items are inspected on the site by authorized City personnel immediately prior to --use.- 'ffi€- ----GBn t r J. c t 0 F----s-fta ~ ov i de ~-~-AN-S--:f/N-&F S t;:lnd,nd co u ] d cem+~---4-ft-t-e--eBf\ t act '.J it h t~ Engineer '.Jith copieD of Hrittcn 61- ;:Ipprov.:11 for .:111 lRJ.teriJ.l:J '.:hich pOf:J.ble ',:.:1ter. fi Handling and Disposal of Trash A+l-traoh gencroted by the .Gontr.:1ctor or hiD employeeo, o u b con t r <1 (L~i--~5-t---Be-- €-e-fl-tu-:Hte-4-----a-t-- . a 11 time D .:1 t -fa-eH-i-t,y :.:itc, DIO'..ingtr.:1oh Hill not be <111oHed. The -s-ftaH keep ,mrle ---a-re-a-s- clc.:1n at <111 timeD <1nd remove EI-a-i-l '1' .:1gento, or the HJ.ter ContrJ.ctor J.ll tr.:1Dh CONTR!....CTOR' S ON SITE PREPAR..".TION 1--'-. - G-eft-tr<1ctol '0 peroonnel muat >JC.:1r colored uniform over.:111:J other -t-fta.ft-~Je,--~ or '.:hi te. Eaeh employee uniform must pro...idc company name and individual employee ideAtification. C Contra-eB:ri---s-ha--H-~de telephoneD for Contr<1ctor peroonnel. Plant telephone~ ~not a...ailable for Contractor use. H-. -weE~ houronw-:i:-l+---be 7:00 l'..~L -E&~ r.B., Hond.:ty thru Frid<1Y. 1--. ~r~--ffl-l::t-S-t---f1-e-t----u-ae ,:lOy City fJ.cil-i ty reotroomo. Contr<lctor HffiS t pro v 4 {-'le-BWft--s-ttn- i L.l r y f ,:lC i 1 :i t i-e-s-o- f-. ----fH:-1:- Contrae-t-&r ',Thicle::; -HlU-5-i:---be---.po.rkcd o.t deoign.:tted oite, .:to Eie~3-~t-ee.-fry G-i-t:-y-- Wo.tcr ~rtmcnt -s-t-u.ff.. .'\11 Contr.:1ctor vehicleo ~ oc.---t+e-a-r+y Llbcl cd "iffi--compony nomc. No pri ";otc cmploycc vehiclcs------a-ret.lllo',.-cd at O. N. StC".Tno W.J.ter Trc.::rtment Pl.:1nt. .".11 -~--'-'-'-'--~-_._-- ---_.._~--_.- per::;onncl -fft-tl--5i:--lse-----in cOlRp<1ny vchiclc::;, During \;orJcing hour.::;, contractor cmployees- mu::;t not -~ the deoign.:1tcd conotruction -a-re-a --ft-EH"--Wafi4E-r- t~y----l3-u4-Mi-ngo other th.:1n for required ',mrle or- --a-s----e.4--R":--e-tf.d---!-ry---{' t+y---wat-e-r-4fE-,partlRcn t pc roonnel dur ing eme rgency E'-V-i'i"eH~ f.; ~l.!..!:i.l~:~TL..fi-e~~-__ SC7\~,\__ (~I~VISOnY CONTnOL l\ND D.71.Tl\. AG-o~~S I..Tl.2Hl Section A - SP (Revised 9/18/00) Page 17 of 29 ~87-~~ computcr b~oed monitoring ~nd control ayotem muot be performcd Bftly by qu~lified technicJl Jnd oupcrvioorl' peroonnel, tts-- determined by meeting the quo.li ficJtiono 1 thru 9 bela'". ThL:; ~ineludC:;'r-fJ.ttt-~:J not li~~- modifieJtiono, Jdditiono, chJnge", :Jeleetiono,. ---furniohing, inoto.lling, connecting, rFBtfT-afflffl-i-f~~~.. debugging, co.libro.ting, or plo.eing in E7f*'ro.tion-crl+--fta~e o.nd/or ooft\J~rc opeeified or required by ~. spe+4-f-ci:-ea-t.~ Bfl-5-, The ContrJcto~ or hio oubeontro.etor propooing to perform the SC~D^ ~ mU:Jt ~-a-Me--tO dcmonotrClte the follmiing: ~----4ie--i-s---regulo.rly engo.ged in the computer bo.oed monitoring Clnd control :J yotem bueineoo, prefero.bly 0.0 o.pplied to the municip~l-w-a-ter o.nd ,:~atew~ter induotry. b----- --He- h~:J perforffied Hark on aY:Jtemo of eomp~r~ble oize, type, a-f'tB complexity 0.0 required in thio Contro.ct - on o.t leo.ot ~ee prior projeoto. -h-------He---h-a-s been o.cti ':ely engo.ged in the type of ',;orlc opecified he rein---f-eF o.t leo.:Jt 5 yeClro. ~- -----He.. employo 0. Regi:Jtered Profe:Joiono.l Engineer, 0. Control SY:Jtem:J Engineer, or o.n Eleetrioo.l Engineer to :Juperviae or perform the Horle required by thio opecifico.tion::;. ~ ------He--cmployo peroonnel on thio Projeot '.rho h~ve oueeeoofull1' eem~-e4-----a . mo.nufo.cturer':J -tr~ining eouroe in configuring d-ftd--implemcnting the :::;peeifie eOfRputero, TITUS' 0, and ooft\:o.re propooed for the.. Contr~et. -6.-- - ----He- ---ma-intJino 0. permo.nent, fully oto.ffed and 5-e-F\F-i-ee-~l i ty ....i thin 100mileo of the Project fRiH-nt~in, - repo.ir, eo.libro.te, o.nd progro.m the ~fied here~ "J, ----He---s-ft-a--l.l-----f-urnioh - equipment \"hieh io the product ffid-ml-f-a-e~ to the mo.Jcimum pr ~et i e~l enten t. Whcre ftO{ pr:1ct-iea-l-, 0.11 cquipment of ~ given type ,iill prcduN;---e-f------eRe mo.nufo.cturer. .g.~-----P-r:i7f--perform~nce .:It---t-fte O. N. Stc-:eno Wo.ter Treo.tment PL:mt ....ill bc uoed in- eVJluo.ting .,hieh Contro.etor or oubcontr~etor progro.mo the ne~ work for thio Project. ~ u--'ffte-~fa-e-8)I oho.ll produce ~ll filled out progro.mming l3-i:-oe*s- ~i red to ohm. the progr~mming 0.0 needed .:lnd required, to add theoe- t"o syotemo to the eJcioting City SC}\l}l'. ::;y~item,..-- }',tto.ehed---,i,--s-- an e)co.mple of the required prcgr.::nflminq--bloeJw ~:hieh the City urequirc;J to be filled in d-fiB gi ':en-w~~ Engineer ',;i th all changeo made during t.--fie progr.:lff\f!\ing ph~ae. The attached aheet io ~n eJ[~mple ~nd t-&- A-e-t-----intended to ahm.. 0.11 of the required aheet.:J. The ,~t-rae-8:rf w+-:l-+- ~i-Be---a~ progro.mming bloeJco uoed. equipped oi te to oyotem:J of one thi 0 io be the k-- 1'.!:e_n~~LI<~lI..~!:em~..:t:o A-H---trenehing for this project 0.10 the O. N. Steven::; Wo.ter Treo.tment Pl~nt ::lho.ll be performed uoing a backhoe or hand digging due to the number of cxiotinff underground obatructiono. No trenohing mo.chineo aho.ll b~-a+~the project, A-36 Other Submittals Shop~~~~~ubmittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Section A - SP (Revised 9/18/00) Page 18 of 29 a Quantity: Contractor shall submit number required by the City to the City ;;~nglneer r his designated representative. Rep.cClduc i les s r a 1 I L S 0; II bm dliiWJflllS. In addition to the required copies, the Contractor ,):le (1) reproducible zTansparency for all shop Submi t tal TcanSlIn t La] Forms: Contractor shall use the Submittal Transmltt,d Form attached at~ the end of this Section; and s~'quent ia Ly ilumber each transnuttal form. Resubmittals must have t re (le r,al submittal number with an alphabetic suffix. Ccr:tra to must identify the ConLractor, the Subcontractor or ,mpplier; pertinent Drawing sheet and detail number(s), and speciflca; ron Sf'ctlon number, as appropriate, on each submittal t c r Tn Cectrac to. 's apprcpl iat .21y V'C r if i catlon Stamp: Contractor must apply Contractor's slqned or initialed, which certifies that Jf Products required, field dimensions, work, and coordination of information, is w,~h the requirements of the Project and stamp, review, adjacent all in Contract ,;eno; t ruet accordanc, documents on Scheuullnq: C,ntidctor must schedule the submittals Praioct, Ind deliver to the City Engineer for rdinatr th( sllbmis..;ion of related items. to expedite the approval, and Marklng: COTlerdctor must marK products, models, options, manufactul ers I S Landard data to Pr)jcct each copy to identify applicable and other data. Supplement provide information unique to this q. Va ria l LHlo th,-=- Cant r. ma'l b.? Ie 1 Contractor must identify any proposed variations from ::t ,bC'Jment:3 and any Product or system limitations which imentid to :;uccessfu 1 performance of the completed work. Space t\equirement s Contractor must provide adequate space for Contractor and Enqineer review stamps on all submittal forms. ResubmlLtals: Contractor must required Ly City Engineer and c;in.-:e pre'J ou; submittal. revise and resubmit submittals as clearly identify all changes made D1:;",[ Lbut:: 10: Cmt ldctor must distribute copies submi "t.lls subcontractors and suppliers subcont rac:t:ors and suppliers to promptly report, an'.l !lldhi ty to comply with provisions. of and thru reviewed instruct Contractor, 'd.ipl~':3.: ['he )ntldc:,Ul a qe of llldIlllta tur,crs I r:: n. II nee J . .'~ s ( 1 e t j 0 ii . must submit samples of finishes from the full ';tandard colors, textures, and patterns for City 3. Teet and Repair Rep(~!'t !.'Jh, Ii spec~ I Lcd n the Technical Spec Lfications Section, Contractor must ;u:,mi t three (.' I copi,;:,; of all shop test data, and repair report, and al on-SIte tes' data within the specified time to the City Engineer for If" roval. OtheJ~se, therelated_,~910iPITI~!lt_ wi!l not be approved for use )n the pr oiect. Section A - SP (Revised 9/18/00) Page 19 of 29 A-37 Amended "Arranqement and Charge for Water Furnished by the City" Under "Ceneral Provisims and Requirements for Municipal Construction Contracts", B- 6-_1 5__An angement, an<LSharg~,,!.~r_Wa_t~r Furnished by the City, add the following: "The Contractor must comply with the City of Corpus Christi's Water Conservation anc Drought Contingency Plan as amended (the "Plan"). This include~; implementirlg water conservation measures established for changing cunditions. 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 tho" Project site throughout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "NotLce to Contractors 'B'" are incorporated by reference in this Special Provision. A 39 Certificate of Occupancy and Final Acceptance (NOT USED) 'FRe----i-&::;uancc --e-f---a- - ccrtific.::!te of occupanoy for improvementG doc:] not conoti tute fin.::!} Jcccpto.ncc -B-f- the improTyTment:] under Cener.:ll Pro-..i:]ion B 8 9-.- A-40 Amendment to Section B-8-6: Partial Estimates General Provisions dnd Requirements fOI Municipal Construction Contracts Section B-8-6: Partlal Estimates is amended to provide that approximate estimates from which partial payments will be calculated will not include the net invoice value of acceptable, non-perishable materials delivered to the Proiect worksite unless the Contractor provides the City Engineer with document s, satisfact')ry to the City Engineer, that show that the material suppl Ler has been paId for the materials delivered to the Project worksite. A-41 Ozone Advisory Priming and hot-mix paving operations must not be conducted on days for which an ozone advisory ha~ been issued, except for repairs. The City Engineer will not lfy Contractor abuut ozone alert. If a delay such as this is experienced, the day will not be counted as a Horle day calendar day. .:lnd thc Contr.:lctor w-i-l~ cOlRpen:J.:lted .:It the unit price indic.:lted in the prop03.:l1. A-42 OSHA Rules & Regulations It IS the responsibllity of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects Clnd or ':)bs. A-43 Amended Indemnification & Bold Harmless Under "General 1'ro'7isions dnd Requirements for Municipal Construction (':ontracts" B-6-21 Indemniij~ation & 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, attor~neys, and agents from any and all damages, injury or liability whatsoever [rom an act or omission of the contractor, or any suhcontractor, upplier, materialman, or their officials, employees, Section A - SP (Revised 9/18/00) Page 20 of 29 a Jf'nts, '~)r cC'lsultants, c)I any work done under the contract or in c nnectlon 1 hecewith by the contractor, or any subcontractor, supplier, m erlalman, 0 their officials, employees, agents, or consultants. 'ortractor shall hold the City, Its officials, employees, attorneys, i a.geLts hc;rmlC"~s and shall lndernnlfy the City, its officials, e!'l~d.oyees, ,jttrneys, and 3gents from any and all damages, injury, or 3bi 1 it 'y what.oever f rum d negligent act or omission of the city, its () t ie.lals, t'mp oyel's, attorneys, ano agents that directly or indirectly " ses n-Iury '.0 all :,mptoyee of the' contractor, or any subcontractor, s,plcer r ma t ~ r j ,I .L ITld n . A-44 Change Orders Shouli a change order IS) be required by the engineer, Contractor shall fu r n 1 Sf the engineel a complete breakdown as to all prices charged for work of tne ,:hanCle 'Heier (unit. prices, hourly rates, sub-contractor's costs and br;.'akdc\"rns, -.:cx,t c r mater idl s and equipment, wage rates, etc.). This bn"akdcwn informatic n shall be submitted by contractor as a basis for the pci ce c r the chanqe ,rde I A-45 As-Built Dimensions and Drawings (1/ /00) (,,! Cont (acto] shed 1 make appropriate da ily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (l Upon completion of each faciLity, the Contractor shall furnish Owner wit aile set of direct prints, marked with red pencil, to show as-bliilt dimensions and locations of all work constructed. As d minimum, thl f nal drawings shall include the following: (1) HO;lzontal dnd vertical dimensions due to suJ!stitutlons/field changes. (2) Changes Ln equipment and dimensions due to substitutions. (3) "Nameplat"" data on all installed equipment. (4) De etlons, additions, and changes to scope of work. ~) An' oth,'r '::hanqes made. A-46 Disposal. of Highly Chlorinated water (7/5/00) The 'OI,tract)( :~halL b,' 'esponsible for the disposal of water used for testIng, dislnfecLiOii and ule flushing In an approved manner. Contaminants in the water, part LcuJarly high levels of chlorine, will be used for iLsinfe, t ion, and nay exceed the permissible limits for discharge into wet land or ,'nvironm'.'nta! 1 y sen~, J t.i ve aredS. These dre regulated by numerous agenc,e sud, dS l'CEQ, EPA. et It will be the Contractor's responsibility '0 comp y with the r'cquirement:s of all regulatory agencies in the disposal of all wateI used In tlw project The methods of disposal shall be submitted to the C L t for approva There :3haJ] be no separate pay for disposal of highly chlcHln.,ted watermtractor shall ..~ may use the City's sanitary sewer ,ystem fOI Jispcsal o! 'ooldnnnated 'water with prior approval by and coord n iontJ i th :he Ci t 'I' W'ls1 pwater Department. A-47 Pre-Construction Exploratory Excavations (7/5/00) Base Ell! l=-!.Q~~illlation_SJLB.e~ Vb Ii ty ~'.<='~:3ing~; Prior t any construction \-Jhatever on the project Base Bid 1, Contractor shaJl excavate and expose a~l existing on-shore pipelines of the project that cross w thin 20 feEt, both horIzontally and vertically, of the proposed piped n( or mud ':or '_air,merd pi t s of the projpct, Contractor shall survey the e~,a' h()]]zontal and vf'rticdl locatl It of each crossing and potentially Section A - SP (Revised 9/18/00) Page 21 of 29 ';oofli, ting pipeline-so Excavation is not required on an existing pipeline if its vertical separation to the outside diameter of the proposed drill bore path (] ncludi ng the diameter of reaming and pullback operations) is greater than 2 feet. For eXIsting on-shore pipelines which parallel and are within ten feet of the proposed pipelines r mud containment pits of the project, Contractor shall exc:avate and expose said pipel ines at a maximum of 300-feet on center and Cant ractor shall survey the accurate horizontal and vertical locations of saId parallel pipelines at a 300-feet maximum on center. Contractor shall the1 prepare a report and submit it to the City for approval IndicatIng the Owner of the pipelines excavated and surveyed, as well as the approxJ mate stat Lon thereof, distance to the pavement centerline and elevatl ems of the t 'Jp of exi sUng pipelines, and approximate distance from proposed drill path clnd entry and exit drIll points as applicable. Contractor shall perform no construction work on the project Base Bid 1 until alL Base Bid 1 exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval f report I?~se Bi_c!~_~emoyal of J::xistI~ytility Crossing: pyj or to any construct ion whatever on the project Base Bid 2, Contractor shall excavate and expose all existing on-shore pipelines of the project that cross within 20 feet both horizontally and vertically of the pipelines of the project that are to be removed and Contractor shall survey the exact vertical and horizontal loc~tion of each crossing and potentially conflicting pipelines. FOL existing on-shore pipelines which parallel and are within ten feet of the pipelines of the project that are to be removed, Contractor shall excavate and expose said pipelines at a maximum of 300-feet on center and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipe] ines at a 300-feet maximum on center. Contract or shall the; indicat j ng the Owner approximate station elevations of the tal prepare a report and submit it to the City for approval of the pipelines excavated and surveyed, as well as the thereof, distance to the pavement centerline and of existing pipelines. Contractor shall perform no construction work on Base Bid 2 on the project until all Base Bid 2 exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's Jpproval of report. Exploratory excavations shall be paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall not be paid for directly but shall be considered subsidiary to the bid item "Exploratory Excavations". Be---p.iid-~..:iCCClrcrrngto~ cJt.:lbliohed until price of p.:lvcmcnt p.:ltching. Contractor shall provide all his own survey work effort (no separate pay) for exploratory excavations. A-48 Overhead Electrical Wires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc , to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or faci lities occurs. Section A - SP (Revised 9/18/00) Page 22 of 29 Cc ,t dl or o[ldLl l>)OrOlnate hIs work with AEP and inform AEP of his cons) n tion schedule with reqard to said overheaq lines. "orne o'/prheao Lines ne l' shall he chI safe j ~ith ~eqaLrl t an. shown In the construction plans, while others are Coptrlctor's sole responsibility to provide for adequate overhead lines whether shown in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24/00) Unde "Genera 1 ?r,,vis I ons and Requi rements ContrEl.C t s", B~8-11~aint'''r::!ans::e Gu~ranty, add the for Municipal following: Construction " he Cont.! acto . S Juarantee is a separate, additional remedy available bew?fit th" nity c,t Corpus Christi. Neither the guarantee nor >Tlrat ion f he quarantce period wi 11 operate to reduce, release, or c i inquishmy riqhts or remedies available to the City of Corpus CI t ist i for any claims or :duses of'lcti on aga i nst the Contractor or any o'ner individual or eLtity " A-50 Pavement Restoration and Project Clean Up It. I 'he intent 01 the plafl~' and specificat.ions that any and all areas withHl Lhe limit~ c the proposed project that are affected in any way by const ru ion Jperati)ns ~Je re,c3tccred to the same or better condition than that ex t st inj prio r t c'nst I uoLion. Where asphal tic pavements are excavated or damaged they shall be replaced with the same types and thicknesses of mater ia " as the eXisting pavement unless otherwise noted. Where concrete pavemen 3, Sidewalks. curbs, etc., are excavated or damaged, the replacement shal ,. a ITllll Lmum conform WJ th the City standard details and standard specl fi atiors avail,ble orl fi ie with the Department of Engineering Services unless ipeclf:l details elU: provided on the drawings. If the excavated or damaged :oncLet.e see cioll exceeds these requi rements, they shall be replaced wi t h th,', same t hl ckr,ess of concrete and amount of reinforcing steel as the exi st in,! struct.ure (s un e,;:, specific details are provided on the drawings. Restera lon )1' a 1 I improvements as cleser ibed above shall be in accordance with .ipplicable C1ty standard specifications, as determined by the Engineer. All lawns or other Jrasseci areas, COIlcrete or asphalt driveway, vegetation area ii turbed by cOlstruction operations for the items mentioned above shall be res' red t.o ts or qinaJ'ondi tion unless directed otherwise by the Enqinee The em '"act.er may t e required t.o ,>r se,~t 'Ins (, i the F coj ect dur 1 rIg the F. rig !lee r Upon ;omp e t 1011 () f d f .ifdl lean up f f he f:.nt 1 re p perform "clean ups" of the entire project the course ot construction, as directed by construction, the Contractor shall perform ect, aqain as directed by the Enqineer. All the "'.it~ resLordtlorl Vir' ~'US bid i l em, and p!"oject th,'ru fore, clean-uI-' no direct shall be considered subsidiary to payment. shall be made. A-51 Soil Boring Logs and Geotechnical Information Soi 1 DC) Ing LlgS ar. pc)v.lded Ln the Contractor's information only. The CitY3nd the Empnepr di.sclairn any responsibility for the accuracy, true locat or, and ext ent of the soi 1 investigation that has been prepared by other Further, re:,ponslbllity is disclaimed for interpretation of the data by bldd.'rs, is 11 Fcojecting soil bearing values, soil stability, and the presenct, leve l and extent. ('f underground water and t ide levels. Section A - SF (Revised 9/18/00) Page 23 of 29 A-52 Signal Lights (Required only if Base Bid 2 is awarded) The CCJjtract_or sha I display signal lights and conduct his operations in accordance with the General Regulations of the Department of the Army and of the ~oast Guard gov'~rning lights and day signal s to be displayed by towing vessel:; wi th tows on which no signals can be displayed, vessels working on wrpcks dredges, and vessels engaged in laying cables or pipe or in submarine or [H.nk prot.ecr:ion )peratlons, light to be displayed on dredge pipe lines, ani da. s i.gna 1:3 t.o be :lisplayed by vessels of more than 65 feet in length moored r anchored n a fairway or channel, and the passing by other vessels of f odting plant wirking in navigable channels, as set forth in Commandment U_ C)Jst :;uard I str1Jction [-116672.2, Navigation Rules: International Inland (COMDTINST Ml 667) .2) or 33CFR81 Appendix A (International) and 33 CFR 84 thrclugh 89 ([nland) as applicable. A-53 Protection of Existing Equipment, Structures, and Utilities The Cont ractor shall use care during construction. Should damage Occur to any equipment, stru.;:tures, or utilities, the Contractor shall contact the Owner mmedlatelv. All repairs shall be at the Contractor's expense. UtIlity locations have not been field verified. It shall be the Contractor's respons Lbilit~y to verify existing equipment, structures, and the condition of eXlsting utiJ itIes and locations thereof prior to bidding. The drawings show the locations of all known surface structures pertinent to the wor k. In the ':ase at underground or underwater obstructions such as existing water, sewer, storm sewer, gas, electrical lines, piling, debris, or par tial structures that dre not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or alL these structures on the drawings or to show them in their exact location. Failure to show will not be considered sufficient basis for claims for additional compensat) on for extra work in any manner whatsoever, unless the obstruction encountered in such as to necessitate substantial changes in the lines grades, or requJ.red the building of special work for which no provision is made in the drawings and which is not essentially subsidiary to some item of wor k tor which provision is made. It is assumed that as elsewhere provIded (he Contractor has thoroughly inspected the site, is informed as to the ,orrect location of surface structures, and has included the cost of such lncidental work due to variable subsurface conditions, whether such conditiuns dnd such work dre fully and properly described on the drawings or not. Minor changes and variation of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental tc t~he sat isfactory completion of a whole and functioning work or improvement. The Cont ractcr shall maintain sufficient clearance between his equipment and existlnq strue,.ures ,)r adjacent property, or portions thereof, and utilize precaut onary devices such as buoys or other means as necessary. Should the Contractor allow the equipment to become in contact with any portion of these structures, repairs '0 the damaged areas shall be made by the Contractor, to the sat sfaetion of t'le Englneer, at no additional cost to the Owner. A-54 ~splaced Material Should the Contractor, during the progress of the construction, lose, dump, throw overboard, slnk, or misplace any material, plant, machinery or appliance, which may be dangerous to or obstruct navigation, the Contractor shall recover clnd remove the same with the utmost dispatch. The Contractor shall 'Jive immediate notice, with description and location of such ~bstruct Ions, untl1 the same are removed. Should he refuse, neglect or delay Section A - SP (Revised 9/18/00) Page 24 of 29 C:(!llF'i"ih:e wi t 11 the abo'oe the I1wr er, and the cost ,)f t r' 0' tract (' r ; .r (nay t)e ,j( )r j (I t'le rem';Vd I ~"li q( ,:e shall be limite ttH' i', ,- rand f'Lll ~'or Ac: 01 req\llrements, such obstructions may be removed by sUCh removal may be deducted from any money due to recovered under his bond. The liability of the '')t d vessel wrecked )r sunk without fault or (hat provided U1 Sections 15, 19, and 20 of Marcr .3, 1899 ) 33 U ,S.(:. 410 et. seq) A-55 Vessel Traffic (Required only if Base Bid 2 is awarded) Traft l( HI ':he (oqus:luisLl Ship Channel small rgo vessels, bo"ts ot various sLzes, tuq 'fH one CI mure bargec'" The Contractor may Int erfere With (.)nLldClor I s work to some shal i f'" inc lJdprl in the Contractor's Bid. consi sts of seagoing vessels, tugs, and tows consisting of a is informed that vessel traffic extent, and allowances for this The 01 t ract'n '",ill be requiTed to conduct the work in such a manner as to obstruct navigatj,'>n as little dS possible. If the Contractor's plant does obstruC' the navigaLion fairways and makes traffic movement difficult or endanger s thE; passage of vessels, said plant shall be promptly moved on the appu.acfl of 3ny vecisel t: the extent necessary to afford a practicable passagE or as ,Erect.ed by the Purt of Corpus Christi, Harbormaster, Aransas- COlPUS :hris~i Pi lot's l\ssoclation, or the United States Coast Guard. The Contrac! ur i,; ....ncouliged to contact the !:'()r!~! Corpus Christi, Harbormaster, d.Q<:i._ lh' _Aransds_-COlpUS___ Chr~~t..L.. Pilot' 2. Association H;:lrin;:l Superintendent pno! bidding, alld nf'lrm himself as t_o the conditions to be expected. Upon tl,~ compleLi o[] of lh,' work, the Contractor shall promptly remove his plant Icl udinq r ancies, buoys, pi les, other markers or temporary structures placed hin' U[!dE'r he ant rdct A-56 Physical Data Infonna on jur:nishei be~o\, is for the Contractor's review. However, it is expressly underst aod that the Owner will not be responsible for any interpr,...t,ation or c(,ncl us ion drawn theref rom by the Contractor. The Owner al so Shi Ll nut be r,'sponsibl e for any lack of information herein pertaining to phys j cal r:ondi tions of the site. The Contractor shall make every effort possibl' to familiarize himself with and research the conditions to be expec'.:e j at the sIte A. 1'J<1a Concht ions: Under ordinary conditions, the mean monthly tidal range lc atj(lut two feet eXl~lusive of any tropical activity. The height of tide i.s llrgely dependE.:nt on the force, direction, and duration of the wind. St cone; nor ther Y hinds may depress the water sur face as much as, in some in"t ces, mcr~ than, three feet belo'", mean low water (MLW); while south- easterly winds may raise the water surface as much as, and in some [11 t ces, mere U.cln, thrc;(' feet above mean l.ow water (MLW). B. Th.~ ()[)tractor .i~. not if led that construction will occur within or around 'icr-i'e, existinq marine lnd '"jdterfront facilities, r' \ ~ . ThE' Ltc :ond t ions (';c.';t for eJ ev,;t ions IS adJaent t) and el"vations dewatel ing in shal L r,)t be Corpus Christi Bay, and subsurface will change. The Contractor shall his bid as necessary. Changes in lust cause for Increased compensation. groundwater include all groundwater D. The ontractor shelll ,jnl icipdU, the following number of work days lost due 1,c r" 1 n ill determini ng the contract schedule. A rain day is defined as dn)! uy In wh lch thE' amount of rain measured by the National Weather Set v ce at. t he CO.,f'flH5-~5t i Intcrftcrtion~l ]"irport Power Street Pump Stat en is (). Sf' i ,ch "r qn'at p r. No extension of time will be considered Section A - SP (Revised 9/18/00) Page 25 of 29 untll the expected number at rain days has been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental ta the construction schedule. January .3 Days May 4 Days September 7 Days F'ebruary J Days June 4 Days October 4 Days '1a rch .., Day:" Ju.ly 3 Days November 3 Days " ,~pr i 1 3 Days August 4 Days December 3 Days A-57 Protection of Job Site The Contractor shall be responsible for protection of the job site. The Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the property of himself or any other person, as a result of his operations hereunder. Drawings and specifications as well as any additional information concerning the work to be performed passing from through the Engineer shall not be inte rpreted as requiring or allowing Contractor to deviate from the plans dnd specifications, the intent of such drawings, specifications and any other such instructlons being to define with particularly the agreement of the parties as to the work the Contractor is to perform. Contractor shall be fully and completeli liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of al.l Lemporary supports, shor i ng, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him durin'] c"nstruction. A-58 Dewatering Thls item is consldered subsidiary to the appropriate bid items where dewaten ng is needed to keep the excavation dry, as approved by the Engineer, and sha} 1 include a II costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken tc 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 Welter 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 vJork area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharge groundwater primarily into the eXIsting storm water system, provided that the quality of 'jroundwa ter is equal to or better than thE" recei ving stream, the Corpus -::hrlsti Ma-r-ffia Shir Channel. Testing of groundwater quality is to be performed by the City, at the Ci ty' s cost, prior to commencing discharge and sha 11 be retested by the Ci ty, at the City's expense, a minimum of once a 'veeK. ContracLOL shall coordinate with the City, on all testing. Test will dlso be performed as each new area of construction is started. Another option '-or disposal of qre"mdwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and ITucking to a sanitary sewer or wastewater plant, the costs for these lperation:; shall be 'legotiated. Other groundwater disposal alternatives or ':olution~: may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the 'ontractor shall contact Mark Shell from the Wastewater Pept, City will trench to the sanitary sewer system the 857-1817 to obtain a "no cost" permit pay for any water quality testing or Section A - SP (Revised 9/18/00) Page 26 of 29 Wd e inalY3 LSOS required. The peJ mi t will require an estimate of qraund~ater flow roundwater tlow can be estimated by boring a hole or v d a' ng a OJ t ren,'h t hen record Wd'.er level shortly after completion, SIt ~\,"'I nlJht, record water Level again, pump hole or trench dry to j fig tlnk acuum truck then re'ord how ! ong it takes to fill to ,,,, lc~v," c ernight ievel. A-59 Additional Insurance Requirements The . or' ractor shall provide thE~ following add i tional insurance coverage only if Base Bid ~ LS awarded to the Contractor: - ---------- .~- -.----- .-- ). Longshore ,mplLlnce 'Ait and Halbor Workers' Insurance statutory amount the United States Longshore and Harbor Workers' Act. in '2 l';,ritime E:rnplcyer:,; Liability Insurance Any employees who may fall u tier '"he Cea: h 01 High Seas Act, Jones Act, or any other federal or lte deLi reLlting LO maritime employment must be covered by Maritime Employer I.iability Insurance of nor less than $500,000.00. Such (''1eraQC will ine I ude but not be limited Lo transportation, wages, I!1JLnterallce and CLre, CIS well as ,my other Liabilities arising under S 1 :h mc; 11 t I me ,.'mple'yrn(,nt. A-GO USACE Corpus Christi Ship Channel Soundinqs The USP,,:E Corpus :hr 1sti Ship Channel Soundings presented in Exhibit III are prOVIded tor j he Contractor's information only. The City and the Engineer di:,;claim any respon:,ibiJil for the accuracy, true location, and extent of the inJ lrffiat on, >-ihi'.;h Iras been prepared by others. Further, responsibility is d s' lai med 'OJ the nterpretation of the data by bidders for use in estirnat ng quantitie.' or clpplicable work methods. A-61 Electronic Equipment Allowance (Required only for Base Bid 1) PrOVJ de d $500U. 00 a llowance for the purchase of new electronic equipment to be used by the Engineer ;ne1 uding, but not. limi ted to, Computer and Monitor, AIl-In-i Jne r ax/Copier IScanner., Digi ta] Camera, software, and any other peripheral accessories deemed necessary by the Engineer. This cost does not i.nc Jude maint enance, repai r s, 0 r rep lacement costs that could occur during the durit ion u t the Nork. The Engineer w1ll se lect, and have the Contractor ordel '.=quipment C3"i deemed sufficient to satisfy Work requirements. Insta i 1 t ion sha] be paid ror by t he Contractor or his appointed reprPie!l! at i ve, a t tire Engineer' 0) direct ion. During the duration of the Work drH.i dr. he Enqineer'o dlscretlon, any and all maintenance, including repair dnd/c'- ceplacemen f computer equipment (and all other devices outlined hereJil) shall be p,id for by the Contractor. Any and all repair or replai'ernent act.iv'li"s n"CE'ssary shall occur withi.n 24 hours from the time the Enr;rneer !tel:'l r"quested service in writing to the Contractor. All pquipme!lt purcha.sed wi II be turned over to the City upon satisfactory :omp]l>t~ n of the Bao" Bid wOlk A-62 Electronic Proposal Form The 1.)1 owing pdragriph modi fles Paragraph B-2-1-Preparation of Proposal, of the G"n, ral Provislor:;: The bidder has the "ption of submitting a computer-generated print-out, in lieu ,)f, the Prope-sa (SHEETS: 3 THROUGH 23), INCLUSIVE. The print-out will list at bid items ( ncluding any additive or deductive alternates) contained on Proposal Sheets (J through 23 of 26). The print-out will be substantially in the form as attac:hed in Attelchment II. If the Contractor chooses to submit print-out, he print-out shall be accompanied by properly completed propo:-la! page:; 1. 4, 5, and 1'6. Section A - SP (Revised 9/18/00) Page 27 of 29 Ir: 3drlLtior" tne prlnt out: will signature, after th,' last bid Ltem: contain the following statement and - ------- Contractor) herewith certifies that the unit prices shown on this print-out for bId Ltems (including any additive or deductive alternelles) ::-ontainpd in this proposal are the unit prices intended and that it bid wi 11 be t abl. Lated 11",ing t.hese uni t prices and no other information flom tins 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 respectlve estimated quantlties shown in the Proposal (Column II) and then totaling the extenderl amounts. ~--_.._-_.~---~--_._- (Signature) -----.-----.------ (Title) (Date) -_._._._-~- " A-63 State of Texas Use Tax The Contractor shall determine whether or not the State of Texas Use Tax for pipeline rehabilitatIon work is applicble on this project and may contact the State Comptroller of Public Accounts. Section A - SP (Revised 9/18/00) Page 28 of 29 SUBMITTAL TRANSMITTAL FORM PROJECT- CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID; PROJECT No./s 8429 & 7173 OWNER: :ITY OF CORPUS CHRISTI ENGINEER: SHINER MOSELEY AND ASSOCIATES, INC. --.-----_.. -------~-_..- ~._. ._-_..~ ----- CONTRACTOR: SUBMITTAL DATE: SUBMITTAL NUMBER: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL Section A - SP (Revised 9/18/00) Page 29 of 29 PART C - FEDERAL WAGE RATES.AND REQUIREMENTS ,age 1 or L "',ner,J] Decis10n Number TXCi30('39 %/13/2001 TX39 pE'Ijeded Gene ca] Df'Cl ior Nc 'TXU ,) 0 OJ 9 itE- "EY!:>'S nst rue t ;n Type: J\VY unt'y'(]eo , ;;TE' :C:l\N PATFICIO !',AVY CONSTRUCT ION PROJbCTS (1 neT ud j ng Sewer dnd Water Line rrstructl ,n and Dralnaqe PrOJects) t~, )(h f] cati ,)n Number o Pub] icaticn Date 0;./13nO()< (("iNTI' I, iE'S) N{ii-:CES SAN P:,THUIC ~:iTX205?A L2/01/198 Rates Fr1nges (Md)ENTERS Exe 1 ucl i nq Fa: m ettinq) $ 9.05 CCiNCRETE DNISHEF 7.56 ErYCTRICIAN 13. J 7 2. ',8 Ul,.:c'ORERS: -}rnmo n f i 1 t \ 5.64 7.68 PC'WE:R EQU LPMENT OPERATOR~;: ,-,ckhoe '~1()tor Cra!"T 9.21 8 .12 W;'~ 'DERS -- :at.Jon t. Receive rate pre~crlbed for craft performing which we Ldir,q i,~' incidpIltal. ----- - ---- ---- -------- ih lsted cldssifi:::ations 1.1], scope at the:::lassLfJ Jw,rd only d provided 1n CFP 5 _ 5 i) (I) (j j ) ) leeded tor work not included within ~atjons listed may be added after the labor citandards contract clauses in :he ii tlng above, rhe "SU" oesignation means thal rates ed undel that Ldentif er do not reflect co leetively ,di ]ained waqe and fr1nge benf~fi t rates. Other designations ind cate unl )OS whose rat"s hiVE' bpeIi determinE,d t.o be pI" ailln'::J. WAGE DSTERMINATIUN !"PPEALS PROCESS 1. Has then' been an lni! ial decision in the matter'? Thi scan h u' eXlstinq publl.shed wage determination C1 survey underlying d wage determination http://www . wdol.gov/wdol/scatiles/davisbaconlTX3 9.dvb 9/612005 Page 2 of2 a. Wage Cir,,j HOlle Di';i5;on letter setting forth a posltior )n a wa.ge de'erminatlun matter a c"ntGrcrance (3dd,ti ,na1 C1:lC5c,if]cation and rate) :-ullnG survey ~lated ma' ters, 111[La] contact, including requests 1- summar es of survey , should be with the Wage and Hour ~egiona. Office for the area in which the survey was conducted h cause th)3e Recponal ffLles have responsibi 1i ty for the ~,vis Baco survey prog am. If the response from this initial -,ntact is not satisfactory, then the process described in 2.) :j d 3 !~h ,1110 he fo] 10vJed. IN i th regar i to any othe r matter not yet ripe for the formal [C'rocess de cribed here, initial contact should be with the Branch Const u t ion Wage Det erm] nat Lons. Write to: Branch of Construct Lon Wa(JA Determinations Wage Hid Hou r Oi v L, lon U. ,. Department ot Labor 200 C.nst i tut lon Avenue! N. iN Washinqton, D 20210 If the mswer to thf quest 1 on in 1.) is yes, then an ~j~erested party (those affected by the action) can request u"view and reconsideratJ on from thE:' Wage and Hour Administrator (<i'e 29 CFF Part 1.8 '1nc 29 CFP Part 7). \-vrite to: Wage and Hour !\dmlniodrdtOT { - S. Departmen': of Labor ;'00 COl1stituti'm Avenue, N. W. Washington, O. c. 20710 'Pi:e request should be ac:<:ompanied by a full statement of Lerested party's position and by any information (wage del: a, proje,.t de:;cTlption, area practice material, etc.) requestor c nsidf~rs [('levant to the issue. the payment that the If the lecislon of Lie Administrat:or is not favorable, an inTerested party may appeal directly to the Administrative Review FUeled (formc,rly the Wage Appeals Board). Write to: A,Jmin lst. rat: ve ReVIew Boa rd US. Departmer,t oC Labor 2)(J Consti t uti,n Avenue, N. W. Wlshi. neton, D. n 20) 1 C 4 Al j deCisions by the Administrative Review Board are final. END or CENERTIL DECIsrON http://www . wdo I.gov Iwdo 1/ sea files/ day isbaeonfTX 3 9. dvh o/t;.nnn" ,ne al Dtl:ic, i (ft Numbe TX030()58 Page I of2 a'- ~E\AS lpC "eie General Dec sion N,). '1':<020058 06!13/200J TX58 )fist ~u,:t _ ('n TypE': ,.:AVY 'unty(.e I IATFWIDE: pelJnc-, tf-Shor(> Con~t ruc~-i('I1 '.],Jdii lcat -m Number o Publicati.on Date 06/13/2003 C!liNTY (ips' ,;']'f\TEWJ m JTX7 00] A (] 1 / 3 L /1 99 U ldj'HOR OPEh!\TOR CHANE OPERPTOR fJ:TCHES &:IDEBOOM OPERATORS :T)'\.LKING MACHINE OPERATO..' He 31' & DEOZ ENGINE, FORK L1 FT & >1 [XER OPERATORS, POT f T REMEN I' PELINE WE J.DER MECHANIC "" IJITY \-vE:LUER E),VeTRIe I AN ~T.r\CER ST/\BBER PI.,GER C:f',\AY PAl NTU~, BJlR(;E Sf'RAY PAINT!':R, F'ABRICATION SEtc'll--SKILLEI LABORER LA20RER r~Ct"K, CH 1 E F r> V, SECONi ) (; l'J:{L Y DE:rKHAND D I 'ii~R T~tJDER Rates 10.75 11.50 11 .55 9. 7~) Fringes .68 .72 .73 .61 8.45 14.00 11.40 11.00 11.40 12.2~ 7.25 8.50 8.25 10.16 6.54 5.63 7.59 6.50 5.63 5.15 11.62 6.22 .53 .88 .72 .69 .72 .'17 .46 .54 .52 .64 .41 .35 .48 .41 .35 .32 1. 75 .93 W~L[)ERS ReceIve rate prescribed for craft performing operation !, ,'lhich ~le ding is tncioental. Un. :sted I"SsIfi,:ations ;leecled for work not included within the scope ot the classlfj :atjon~ listed may be added after aW'jrd only d'o prO\llded ir tht'. lCibor standards '!ontract clauses (:-.:: FR 5. 5-]) (l) (i i l ) . -------- -- --.------------ Ir, he 1 i t] ng above, the .. SU" designation means that rates ]) oed under that id(~ntif,er do not reflect collectively bit OJainf'd wcl-je and f r j nge benefi t rates. Othel designations lIr() catc_ un] )ns whC)s'~ rat,os have. been determined to be pre;aillnq. http://www . wdol.gov /wdol/scatiles/davisbacon/TX58.dvb 9/61200'; Page 20[2 WAGE DETEPMl NAT rOti AD f'E!\ [,:') PROCESS Hd5 'h- Ie beeri dl L feel-S10r. j_fI the matter? This can ~n eXIst ng publlshed ~age determ1flatlon 3 survey lnderlying a wage determination ~ Wage af"j Hour Divi5~'lDj etter setting fort.h a posi ti un ')n d wage del. 8rmlflat Lon matter 1 conformance (adchti'~'na] c~]dssiflcation and rate) "uling Or survey ! elated mat tel I ni t la L contact, 1ncluding requests r r SUflUllarles of 5urvey~, should be with the Wage and Hour Regional Office for the lred irl which the survey was conducted IJC:ause thuse Reqional (tfiees have responsibIlity for the Dd\lis-Bacof! survey program. If the response from this initial e(;;tact 1 s not selti sfactory, then the process described in 2.) ar,d 3.) shc"ild be folloYI,'d. Wi t h rega rei to any other process described here, Construction Wage Det matter not yet ripe for the formal :nitial contact should be with the Branch ,-'rminations. Write to: Branch)f Construct ,on \vage Determinatiof15 Wage and Hour III 1S on U. S. r)epartment of Laber 200 ::onstitution Av' nue, N. W. Washington, U C 0210 2. If Lh,,, _inswer to the questiun In 1.) is yes, then an in erested ~drty (those ~ffected by the action) can request re iew and reconsideratii'n from the Wage and Hour Administrator ( S ,c e 2 9 C FR Par t 1. (1 and 2 9 r: FR Par 1 7 ) W r i t e to: Wige and Hour l\dnllnistrator [) :,:. Department of Labor 2<)(: Const1tuticf] Avenue, N. W. Wdshingtcn, D. )O)JO The request should be elccompanied by a full statement of .int erested party's positFm and by any information (wage dat:!, prole't description, area practice material, etc.) n~questor cnnsiders relev.int to the issue. the payment that the ::. If th, oecisi)n ')1 tht, Administrator is not favorable, an Hi rested party may appe.'11 dlreetly to the Administrative Review Bc,,,'d (formerly the ItJage '\ppeals Board). Write to: Aominis l:raU ',;e Review Board U. S. Departmen of Labor 20 Con~;tit:utior Av~--'nue, N. \~. Wac:hington, D. 0210 4.) All deci 10ns by thei\dministrative Review Board are final. END Of-' GENERAl, DF:CISION http://www . wdo I.gov Iwdollsca1 i les/ davisbacon/TX5 8. dvh olr:.nnn" Page I at j ,'nera] O'cision Numbel TXC30098 06/13/200 TX98 '!'C,P Ie' GeneraL [j',Ci 3io[l N(: rXO)0098 at t "E\'\S ,nst[ur:tm Tyee: PEDG IN(~ luntY(ie,'I: TATF:WIDE :!EDG T NC l'HOJECTS ALONG THE TEXAS GULF COAST AREA INCLUDING ALL BLI . CHANNELS, HARBORS, RIVERS, TRIBUTARIES AND THE GULF ,UTRA(:OASTAL WATERWAYS ,cti f 1 ca tJ H1 Numbe r o Publication Date OU] 3n003 i1NTY (ies) " fEWI DE ;TX2051A 01/18 99~ Rates Fringes ;'F~DGES 16" AND OVEF: i-VERMAN EDGE TENDER OPERATOR [RST ASSISTANT ENGINEE~ ';beOND ASSISTANT ENGINEER I'ri] RD ASSISTANT ENGINEEP ":CKHAND iOREMAN E ! R.EMAN i,ER "'JCK DR [VEI' ~i'j,DEP 6.10 5.15 6.06 5.50 5.15 5.15 5.15 5.15 5.15 5.15 :J. 47 iHLDGES UNDE R 16" ,i<VERMAN EDGE TENDER OPERATOR :KHAND ;,ER " L.DER 5.15 5.15 5.15 5.15 ". ] 5 'AULIC DR~:DGIN(; :'ST COOK . i OND COOI< '3 PERSON l'iJ[TOR CABIN PE:H~jON !,l\r, DYMAN 5.15 5.15 5. ] 5 5.15 5. 15 DERRICK OPERATOR 5.38 DO(',;.;R OPERAT:R '::'.53 l'1AP H BUGGY iJRAGLl NF OP~'RATOR () I J.:R 6.70 6.33 ------- --------- ------ http /www.wdol.gov/wdollscafiles/davisbacon/TX98.dvb 9/612005 Page 2 of3 ~ELDER~; Recelve rdt~ prcscYLbed for craft performing operation o whic:h,,,eldi:HJ LS ir',:idental. _._-----_..~.,- - -- -- -.--- --"-- ----------------.---------------- --------- ---------------------- nli.'-'ted ne c; COpE ;',vare! on] ,) 9 FR 5 lassLtlod'io ,s needed tel work not included within )f the ,'lass f i cations l j sted may be added after as provIded in the labor standards contract clauses J(a) , 1 ) ! i I ) ) n the Ii ~;ting abov~, 'he "SU" designation means that rates --- --- ---------- --------- 1 sted]rJ(ier that ldent ifler: do not reflect collectively arga ined \oJage "lnd fringe benefit rates. Other designations ndicdte I][iions whose r''ltes have been determined to be t'eva I. 1 j nc; WAG} DETERMINATION APPEALS PROCESS 'e: Has ther:e been an 1 itial decislon in the matter? This can dn eXIsting publ1shed wage determination . d survey underlying a wage determination d Wage and Hour DivisIon letter setting forth a PosItion on a wage determination matter 'l conforrnance (additional classification and rate) rulincj \)r survey related matteI'3, lnjtlaJ contact, including requests summar, es of su r:vey~;, should be wi th the Wage and Hour R0Jional Office for the drea in which the survey was conducted bF :ause the se Reqional Offices have r-esponsibility for the n,,'Jis-Bacol survey progr'lm. If the response from this lnitial tact I.S ot sdtisfdctury, then the process described in 2.) and 3.) hc:uld b" folLownd. WJth Yl:>gard pr'cess des.. at ::onstruc ":0 aliY other matter not yet ripe tor the formal ribea here, initial contact should be with the Branch on Wa<je Deb'rminations. Write to: Branch ~f ConstructJon Wage Determinations Wage and Hour Divis on U. S l.>epartmen t of Labo r: 200 Constitutionl\VEcnue, N. W. Wash.lnqton, J.::: ,J210 L, If h. <jnswer to the .J.uestinll ill 1.) is yes, then an ifiieresLed party (those affected by the action) can request review and r"~ons~deration from the Wage and Hour Administrator (5f'1" 29 CFR ~)ut8 and 9 CF'R Part 7) Write to: Waqp and Hour Admlnistrator U. Department of ',abor ,20 Constltution Avenue, N. W. Wa hi n g ton, to . '. ? 02 1 0 The request hould be accompanied by d full statement of in,:, rested ptilty's positie'n and by any informatLon (wage datd, project description, area practice material, etc.) requc'star CO!, idees re levunt to the issue. the payment that the http://WWW.Wdol.gov/wdol/scafiles/davisbacon/TX98.dvb Q/f\!?O(),\ Page 3 of3 I r hE lee 1 _ ,--~ 11 f he Admin: st cator 15 nut favorable, an teres t ec part flldY ap leal d i ref t J Y to the Administrat lve Review )rd (for-n'?rJy 'lie viaq. l\p,)(~als Re"ndl. Write to: \1m.in :,trdl1V" Re if"'" BOdrd S. Iiepartm,.nt "f Labor ')0 Ccnstitdt on ,",venue, N. W. "Jdshlngt(:>rl, [) C 2)210 L i All je ,sions by thE' Ad!lllnlstrdtlve Review Board are final. END OF GFNEPAL DEe SION http./lwww. wdo I.gov Iwdol/scafi lesl davisbaconfrx98. dvb Q/hI?OO'\ AGREEMENT THE STATE OF TEXAS 5 COUNTY OF NUECES 5 THIS AGREEMENT s entered into this 25TH day of OCTOBER, 2005, by d between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Tc xas, dc'ing chruug its du 1/ aut hOIl zed City Manager, termed in the (, tract Locuments a::' "Cit\"" and Akerman Construction Co., Inc. termed il the Contract Documents as "Contractor," upon these terms, performable If Nueces County, Texas: In Co nsideratiol of the payment of $2,883,568.00 by City and other cl ; igat ions of Ci t Y as set ou' herein, Contractor will construct and complete c'ertain implovements described as follows: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 1: $2,883,568.00) according to the attached Plans and Specifications in a good and workmanlike manner ror the prices and conditions set out in their attached oid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including ~verseelng the entire job. The Contract Documents in lude 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 whicn constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART A - GENERAL I _.._~+ --_.----- -~- ..-- ------- - Site restoration, including but not limited to landscaping, excavation and embankment, roadways, driveways, and parking lots; complete in place per Lump Sum. Traffic Control Plan installation, maintenance, and removal complete in place per Lump Sum. Storm Water Pollution Prevention Plan installation, maintenance, and removal complete in place per Lump Sum. _n-5 Exploratory Excavation, r\ I L.S. . 1 _._______ complete In p ace per Lump Sum. 1\-6 1 L.S. Utility adjustment allowance, complet~~n place per Lump Sum. Electronic equipment allowance, l 'J. S. Lcomplete in place per Lump Sum. ITEM A-I f ! /1.-2 11 u__~_ l\-3 ---- - i\- 4 A,-7 ~-- II ----t------ ---- III QTY Description Mobilization/Demobilization complete and in place per Lump Sum. 1 L.S. L.S. 1 L.S. 1 L. S. PART A - GENERAL: (Subtotal Items A-I to A-7) Proposal Form Page 3 of 26 IV Unit Price 1lX),OCXl.06 ~coo .CO /lS' WO. Qo , c2sj al).OO lO,ocn.co $100,000 $5,000 V Total $ IOO.()C(). O{) , $ ~ O(X). 00 , $ 2S-000. DO . $ ~ f.XJO . 00 J $ 10 000.00 . $ 100,000 $5,000 $ 3J5. COO. 00 . Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART B - WATER IMPROVEMENTS ! f I i II III IV V i I ---t- ---- f---.-... - ITEM I Unit QTY Description Price Total I 20-jnch (0.0. ) diameter HOPE i main with horizontal , water I drill installation, material, ') 144 plpe string-out, assembly, B-1 L.F. testing, and installation complete in place per Linear t:2?A ' 00 $ll~d.qI41(P.oo Foot. - .--- 1------- 16-inch (I. D.) diameter PVC water main with open trenching, 8-2 340 materials, installation, L.F. testing complete in place per 105.00 $ 3b.iOO.co . Linear Foot. --- .- - <g,(1'f).DO EA. 16-inch gate valve complete in $ . ~.:l, Oco. CD 4 B-3 place per Each. ---~- Air Release Valve, manhole, 8-4 ,( EA. corporation stop complete in Lj O()(). 00 $ <;? I 000 . (X) I place per Each. ---- ~_.- ..--- --=---- . Connect water to existing if(j. (](X) . fX) $ 1./0.000.oD . . 8-5 1 L.S. complete in place per Lump Sum. --- --- ----- Trenc;h safety for water main 540 open trench segment, complete B-6 L.F. in place per Linear Foot. /5.Cb $ 5; jOO. 00 - -- ---- -----.- Valve Vaul t, including concrete va ul t , all piping, valves, BI L.S. fitting, materials, installation complete in place /J.o.ab.OO $ I dO, O()(), CO , . per Lump Sum. =-.c",c,=- --'_"oc.==_ PART B - Water Improvements: (Subtotal Items B-1 to B-7) $ I, q10/)/~. DO Proposal Form Page 4 of 2( Corpus Christi Ship Channel Utility Crossing REViSED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART C - WASTE WATER IMPROVEMENTS I -~--~-- III IV V --- --.<.- Unit ITEM QTY Description Price Total 16-inch (0.0) diameter HDPE waste water main with horlzontal drill installation, 5144 material, pipe string-out, C-1 1,. F. assembly, testing, and f installation complete in place 1~3.oo $ Q4/35",Q.oo , Linear j -----+- per Foot. 12-inch (I. D.) diameter PVC waste water main with open C-2 200 trenching, materials, I 1,. F. installation, testing complete ~6-oo $ 17 000 .. CO I I in place Linear , per Foot. 1--- ----- -- 12-inch gate valve complete in C-3 1 EA. place per Each. do.5oD . 00 $ I () ( 000.. CX) .--.- . ------ --...- -- ---- --"---- Air release valve, manhole, C-4 EA. corporation stop complete in loOOO.Cb $ _61.000 _ r:o I , place per Each. _d____ --- -- Connect waste water to (:-5 1 L.S. existing, complete in place per l/-D1 0:1). CD $ #0) 000. Df1 Lump Sum. -- --- 200 Trench safety for waste water ;~;-6 L.F. open trench segment, complete I~ Ot) $ 3 oon CO in place Linear Foot. / ------ m___ --- -- per Existing wastewater line repair _>7l'L.S. and emergency spill response allowance, complete in place $75,000 $ 75,000 per Lump Sum. PART C - Waste Water Improvements: (Subtotal Items C-l to C-7) $ / 09 t 35;:2, 00 , , Proposal Form Page 5 of 26 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RB-BID Base Bid 2 - Removal of Existing Utility Crossing PART D - REMOVAL I II III IV V -------- 1---- -"'.'-"--~ Unit ITEM QTY Description Price Total MobIlization/Demobilization D-] ~l L. S . complete and In place per Lump $ Sum. -- -~-'---l _...m.____ - Site restoration, including but I 1 not limited to landscaping, 0-2 L.S. excavation and embankment, $ roadways, driveways, and ! parking lots; complete in place I per Lump Sum. ---- - --- Cleaning, purging, and removal of existing utilities from underneath and within the side- slopes of the ship channel and from on-shore including two(2) 12-inch diameter water lines, two(2) 12-inch diameter 1 wastewater lines, two(2) 10- $ 0-3 L. S. inch lines, and one (1 ) fire gas alarm cable, maintaining and re-establishing side-slope stability of Ship Channel side- slopes, and traffic control during the removal of the existing utilities, complete in-place per Lump Sum. ---- Storm Water Pollution D-4 1 L. S. Prevention Plan installation, $ maintenance, and removal complete in place per Lump Sum. [i-5 1 1, _ S. Exploratory Excavation, $ complete in place per Lump Sum. --.'.-'....- I- -- [i-6 1 1"S. Utility adjustment allowance, $100,000 $ 100,000 compl~te in place per Lump Sum. ---- 1--- -- U.S. Longshore and Harbor , Workers Insurance and Maritime $ ')-7 /1 1 . s. 1 Employers Liability Insurance, __L_ _ __ ~omplete__in place per Lump Sum. - PART D - Removal: (Subtotal Items D-l to D-7) $t/(\ () W Proposal Form Page 6 of 26 Corpus Christi Ship Channel Utility Crossinq REVISED AND ISSUED FOR RE-BID Deductive Alternate No. 1 - Removal of Existinq Utility Crossing- Modified Method PART E - MODIFIED REMOVAL I II III IV V - ----- --- --- "-"'--'-'-~"'_. --..- Unit ITEM QTY Description Price Total Leaving piping, cabling, and other appurtenances within the side-slopes of the Corpus Christi Ship Channel, capped and abandoned in place, E;-l 1 L.S. complete and in place per Lump $ __L______ Sum. --- --'-'--"--'~'-~ PART E - Deductive Alternate No.1: (Subtotal Item E-1) $ uff1 0 bLd Proposal Form Page 7 of 26 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FORlRE-BIDI BID SUMMARY TOTAL BASE BID 1- Part A (Items A-I thru A-7) : Part B (Items B-1 thru B-7) : Part C (Items C-l thru C-7) : TOTAL BASE BID 1 (PARTS A + B + C) TOTAL BASE BID 2- Part D (Items D-1 thru D-7) Deductive Alternate No. 1 (Part E (Item E-1)) TOTAL BASE BID 2 MINUS DEDUCTIVE ALTERNATE NO. 1- (PART D (ITEMS D-1 THRU D-7) - PART E (rTBM E-1)) $ *~;PECIAL NOTES TC' Bl DLlER: : $ .jIb DOD. 00 ) I. </70. d2/~, DO , , / 09~. 3S-4. w I , d. ~~, SiP ~J 00 $ $ $ $ \../Y1 '() 4 ~ > $ < u'V\. b vvvo ~ 1. Bidder 1S notified that work for the following bid items may not be required and i~, NOT authurized untIl, separate notice to proceed is given by the City for each of th," followiflC} bid ltems as reqUired. A-6 Utility adjustment allowance c- Existing wastewater line repair and emergency spill response allowance D-f !Jtility adiu~t,ment ,dl'J\'iance Tlv.re sha U he nc payrnenl fOJ allY work completed on these bid items prior to the City is uing authorization fa that bid} tern. Also, unit prices provided in the proposal au' for 9,!:!.ywance.:o and tI,e actual payment shall be based on the scope of work agreed UP'11 betweer! the Ce,ntract or and the City prior to work authorizations of the bid item in {uest i,)n 2. Bidder 1S referenced to Special Provision A-61 Electronic Equipment Allowance for description of bid item A-7. 3. Bidder is referenced to Special Provision A-59 Additional Insurance Requirements and Notice to Contractor's A for description of bid item D-7. } r OP(;Sd 1 Form 'igP Tr:e:mt 13=t c r i 1 c:.,mrnence war k \-7 i thin ten (10) calendar days from date the~ receive wIltten WOlK order and will complete same within 120 CALENDAR DAYS after=onst 'uet n is bEcgun. Should Contractor default, traete ma'/ hp 1 ab"e f 1 liqulda~ ed damages as set forth in the ';tr de' . )eune i ry will pa (ant a:.:t 1 in c:uru:'Ont funds for performance of the (t rltraet in ace Ld~nce vd th the Cmtract Documents as the work pllgresse SL.;nHi lr ~ oarts at orpus Christi, Texas on the date shown at ve. ATTEST : ~ (/i '7 _ / J~~'~' City Secretary CITY OF CORPUS CHRISTI BY~......QJ-- ~.~ ~I t~ t a;- Ronald F. Massey, Asst. CiL Mgr. of Public Works and Utilities APPR~ AS TO LEGAL FORM: I By: Asst. II II fs ~ By: Ange Dir /I/I~ r Escobar, P.E. of Engineering Services (Note: If Person signing for cOIpdration is not President, attadrl copy of authorization f:o tll.ga) _"Z2'~' \N~: TRI ,,::,.::~-;~X ;O~~'~/;'::'\ l:Y ~~w.:' <: ~~>,~: t\~ N~o-",\~ , \l> ,,' f. '( r O"Y'I~' A!l'..' U I..:S" m,J,J.J.. I f" ~~. t~~,;: ~ '.. } ;1\: ~, il to, IJ~>. . <' '-;\ *:"", , "- *' ~- ">"'iH' ,t./l[' 0' <) ~ . ... ~~C', ..,.""ll' -;/ '7 2-~ ~"7Z": CONT~TOR Ake~/cqil~ction Co., Xnc. By: "-rfu/( ~ Tit~:' ~;;i-ulf AT~: (If Corporation) ^ (~~n~Ow~ll 2915 HIGHWAY 74 SOUTH (Address) PURCELL, OK 73080 (City) (State) (Zip) 405/527-1232 * 405/527-0192 (Phone) (Fax) tlllioC; - ~ '] ~ . --:...2. L. ~_U,'rU"~', 8f OOij~U. ._........fQ+.?~~ -SfCl(TA~rL- Agreement Page 2 of 2 Bond No. 5-903 5029 g E R FOR MAN C E BON D STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ c: THAT Akerman Construction Co.. Inc. of McCLAIN COUNTY, Oklahoma, einaftE: '=03. LIed "I rirl'i 03.1", andWashington International Insurance Comva~ laws f the State of Arizona nUSUless llJ the State of Texas, hereinafter an firmly und unto the City of Corpus rx 13: :1 of t.] pces C::ounty, Texas, hereinafter pt :)61:1 of TWO MILLION. EIGHT HUNDRED EIGHTY- SIXTY-EIGHT AND NO/100 ($2,883,568.00) ted States, to be paid in Nueces County, sum we J and t uly to be made we bind admlnl trators and successors, jointly orqanl eo U:.lte' h Dor,t LC an dl~ 1 ' " tho:: j e.., C~ ,:i c.ed cst !'! ....... iJ et '):" I re he r' mun 1 ( C3 .. eci \1 " 1 THREE THOUSAND . [i(' Li\R 1 ,\"f f J I T(? JS, I)} the !:- sel rE~.'3,,)U~ hell Sf se e':2 ly, an , rn 1 \ ex. b" ':: r S~ Fresent s: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the plci de ntert.l u 11.31n on'rac:t with the City of Corpus ell st, c red:=: 25TH )I_OCTOBER, 20~, a copy of which is hereto Ci' (chec a j me,j,:, r rt f 1 th constr c:tion of: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 1: $2,883,568.00) NOW, THEREFORE, f the p _11 ipal sLall faithfully perform said work U 3CC()Jde ce 'IV th t ie 1 ~_ specifi at icms and contract documents, ltl udlnq ;ny ('rEin es._ e t,i tiS, t uarantie, and if the principal sh 1 'epa r ar d l~pl iC, defect2' clue to faulty materials and/or Wi) <ma nshi that ap'pe r 'v. _ t: ~ll per i d fane ('~) year from the date of en plet iun and dC' reF tar ,'e f' improvements by the City, then this :)1. gat i)n 3hal :x viet; h L Lse tC) emain in full force and effect. PROVIDED FURTHER I tat '/ E ' 1 e h ;11 1 e 'I ~J U C e " ,":1'/ eel<'" 1 act 10;--] be filed on this bond, f ~pxa sp' af Pi'i,j t ge, x' c ra t, iflcat '~'ct its such c 'he c'n' jJ.t Jlj SL et enSl'! f'lIf;':c, .)} tl .c; lue re eived hereby stipulates that no a t~rat~on r addition to the terms of the r k fie r:Eo rme there nder, or the plans, ., 3ccompanYlnq thEo same shall in anywise ~ nd, and i: does hereby waive notice of f Lme, alteration or addition to the terms to be performed thereunder. ) n s , j r a \-l i 9 s , E )b2.iq,3:i)r; on tr ar ange, ,c:<te Sli ") act, r)r t t:'~:) of ._lrrr\aLC'e P<.)nd i)t::? 1 "l.:: "VE? :r:'et the requirements of Article 5160, Te: ':::';, and ther applicable statutes of the 101 vi] '_ (J :~E; t.::-; XCiS ThE:c der lCJned e S L C~ e r 1 n ige t l lnd '0: or h s' s :)de, SiC 'if:-' reby des iqna ted by the Surety herein as nty t whom any equisite notices may be pr ce s may be had in matters arisinq If ide h, rt. 7. 19-1, Vernon I s Texas t ll,q ':?f ve E:l f~ll cl,o if r -L j Ira IN WITNESS WHEREOF, i:r _ r,strurnew o II ' of w i h s r. d 1 be de? m e ell r r i CJ 1 n a ~ , November OS s executed in -1- copies, each this the 8th day of PRINC:EPAL Aker~anconst~tion Co., Inc. .~ ->:. ",_. .". ~ ~:u'::"~~~ By': '.' t .... . .~ ..:"""'.~\~~;;::r.....~.i?~~~: ~~~}, PrPldptlT ,:,;;1 " !:l~ In'= Name [., r 1 t- e r ., , } Q' :::.' 'f 5": ,:,\.. " -'. '._ '>4 > ,', \~y~,....... \I ___ <( " ,'\ . > Q :z'~ ~ ,.' ~ r'~, \: .,:)> 'f! .~ 'i ~J'1iia.iYl SURETY ~ashington International Insurance,~dilipany .... _" _ J :f/Pttt~A // , : . . orn(:\- 1 :..fact Kevin J. Dunn Lnt I';::::lnt~ .f / / /rt d ...,,' t- vz..-z.- , - ~" ,';',- ;be ........... ..~t or ~e Suret~ in Nueces County, Texas, ror'&ilivery or ~~.. ~1ce or :fIrocess :LS: ~".-:' '-, Agency: _ Fred..~Insurance, Inc. Contact Person: Fred.B2.:L._ _________ Address: P. O. Box 60130 Corpus Christi, IX 78466-0130 Phone Number: 361/854-6400 Pel f E- nCl prl -Jd P tract) rmarl' '>::" F!nd Bond No. S-903 5029 PAY MEN T BON D STATE OF TEXAS ~ COUNTY OF NUECES ~ he' THAT Akerman Construction irldf~E c:a led "F ,_'or t () r u a Id eel un: e :r t h KNOW ALL BY THESE PRESENTS: u Co.. Inc. of McCLAIN COUNTY, Oklahoma, and Washington International Insurance Comva~ laws f the State of Arizona !Jess ~ he Stat of Texas, hereinafter :irnl~ nd unto the City of Corpus 11 0 t "J '=,ces COU!l t y, Texas, hereina fter - :ions, ! 1 rrns and corporations supplying Itior: :: he wcrk referred to in the c; Jm f TWO MILLION, EIGHT HUNDRED EIGHTY- SIXTY-EIGHT AND NO/100 ($2,883,568.00) ited States, to be paid in Nueces County, sum we and truly to be made we bind admir}) tr'1tJIS and successors, jointly eSE' t ," ' an du ,i tho'~ i e OBLIGATION IS SUCH THAT: Whereas, the rT aIn n" :ca t ,-,,Ii h the City of Corpus , 20~, a copy of which is hereto ~I nstru tion of: :la CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 1: $2,883,568.00) r 1 ~pal she 11 fa i th fully perform its duties a 11 pe r sons, [i rms, subcontractors, ,"-. lppl H:q 1 abor and material in the ded fOl said c ntract and any and all saij !nt ract that may hereinafter be ttion the surety is hereby expressly 111 bee n iei; otherwise to remain in full leqal a ti n b= filed upon this bond, Texas, a t dlJe re ei ed hereby stipulates that no ration y addition to the terms of the uerfcnre thereunder, or the plans, ccompa Ylng the same shall in anywise nd, dncl i L dces hereby waive notice of al-eration cr addition to the terms pErf rmed thereunder. c. ..-j ,~U liS1 ~_et}'''/ ; ce h~- IS an '. " u h \ ~ n 9 e x e! :3 'ne , ~ , .J f ne ' ( n , a t t b " ':L ,st munl 1]:: II eo. 'I -," U ':: '_ j 1 lei; r .11:d ,ch\:"o C Itra .n ma t t' _ i.j S r r r: E he P' :1 HUNDRED Eli D(-~ T -. s , I ele )Ut se E' 0 L}/f Iy -:- :', ex : IT I ,'ll THE CONDITION OF THIS pI nte e:' 1__ n () C1 d, ('~ st ~, d eel thE' a t - c c h 0 a' :J m a e1<' arl' NOW, THEREFORE, make prompt orat 0 and pI de secutlo O +- 1-~, ,::::::,. L _.-,.i "__ t e 1 02 'me - ~ 1 lITL; n t we k r i 1 C a i <. " c rn, d I 1 1 J a t ma wa fc .. a t f1 C 1 Z e c f1l 0 r, C 1 '? 'ed, hell th (' e n ff PROVIDED FURTHER, t iT VEt Ie she:l lie" rJ\J>:::e~ Curt And t (,he; ge, "X =:cr ~ raet, SpE if ~:::dt 3fj ct i's at SCl ':3U et f 1m, tf ;iC' enSl '" )r Ins , ell ad i ,q 0 , ) b 1 i :J at" ) n Jr' e: -:. ).rne:-1T TJ-,> -r8 1 -' )0 ne \7 '10n , ~ VI 1 - [ ,~ ,- e ) . xa s G h ,- '~Cl 1 [, .- E I n ,-I c ve 'lic,et t he requirement s of Article 5160, ree, U-'?S f T XiS, and ,ther applicable statutes of the 'ie te'rTl~ cilmant", "Labor" and "Material", as used "de !CP W ~ lid ae' e fined in said Article. t, der;-: t '] df:? T ,f Agen:: ve ed -~Sl f~rt Ln Nu ,,~e ~ t: ree ty i f pr designated by the Surety herein as whom any requisite notices may be oe s may be had in matters arising Art. 7.19-1, Vernon's Texas Jnf:d :ige t o nd 3L h )'- h or S Jet lS S E'. !_'\] L ~~ 11=, \1 i c1ec:i l.1'1 Ira Jd :) 11 IN WITNESS WHEREOF, t f- of w hi' h s r d lIb e de'ee rn f ,) ,n November 05 strumen _= s executed in ~ copies, each rl L,:a , this the 8th day of ...- \;~, c:. c_'.:~~ ...,,''O,!-V ' J., ',~ ,_""'- "':'-0 a, c_ uz lO, . J ' . "-r ft? ,.,\ 'i;' \:;p~?r :?~ era r V ~ I ;zz;;(J1JfY / qf~l ~~ll'~ t' SJYl PRI~CIPAL \ /') Ake~rnan/'Collstr ,ction Co., Inc. ~\,' ~ li[ --',7' I" E,.: '+ l/ ~ ~fn~l~aJ3t~l;i~r . Y~s,dl'f,.f II SURETY Washington International Insurance Company J,: ~j'~w.. l ,~iz. ~ ~:~:r: nJ'....' ~u~~ ~a ,.t", '""'.'" "" \j --L "~ ',. J...; "--- . Kevin J. Dunn -~.. :--l n t 1'J ,3rTl[:;' The .a.s.~nt-...A4:l4iUlt,;: 0# Qbe Surety in Nueces County, Texas, ror de~ivery or noti_Wi2tf A%'Vice or .rocess is: Agency' _~red Roy Insurance, Inc. Contact Person: Fred_~_______ Address " P.O. Box 60130 Corpus Christi, TX 78466-0130 Phone Number. 361/854-6400 Nt R,' - Pa nod 'nust t 1 f::'l- J " ',ntra .t) j~rnen t Ec:,n-:! ~'le ~~. NAS SURETY GROUP NORTH AMERH. AN SPECIALTY INSURANCE COMPANY WASHINGTON J\JTERNATlONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNUw ALL MEN I:n THESE PRESENTS, THAT North American Specialty Insurance Company, a corporntion duly organized and existing under the laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of ltasca, IlIm",s, each docs hereby make. constitute and appoint Kevin Dunn, Cara D. Hancock, Fred Davis and Harold D Binggeli jointly or severally ib true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings oblIgatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be requin:d or permitted by law. regulation, contract or otherwise. provided that no bond or undertaking or contrnct (If suretyship executed under this authority shall exceed the amount of: TEN :v1ILLlON ($10,000,000) DOLLARS [ills Power of Attorney is granted and IS signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of DIrectors of both North Amencan Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March 2000 'RESOLV ED, that any two ufthe PresIdent, any Executive V ice President, any Vice President, any Assistant Vice President, the Secretary or any ASSIstant Secretary bc. and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such ['ower 01' Attorney, and to attach therein the seal of the Company: and it is i URTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certIficate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be h;,"m. "PO" ili, C"m","Y w"", ., .Ill,o" ~" ;" 'ho r",re W;'7re"'lY ho'~ M,,"ru.lcing '" oMtrnd o"'''''Y 10 which ;1 ;, .11.",,,,, By_ Sh'WD P. Andenoo. El.ccutive "dellt of\\'uhiactoa loteraational Tnnrance Company & "lee President ofNortb Ameriean Specialty lOl!lurance CompUJ' I N WITNESS WHEREOf, North American SpeCialty Insurance Company and Washington International lnsurnnce Company have caused their offiCIal seals to be hereunto affixed, and these present'i to be signed by their authorized officers this 1 day of January , 20~. North American Specialty Insurance Company Washington International Insurance Company Stale uf Illinois ("wnty of IJuPage ...s .dayof J_llIlUary .20 (j , ,before me, a Notary Public, personally appeared Paul D. Amstutz , President and CEO of Washington IntemationalInsurance Company and Vice President of North American Specialty Insurance Company and Steven P. Anderson Executive Vice President of Washington International Insurance Company & Vice President of North American Specialty Insurnnce Company, personally known to me, who being by me duly sworn, . er of Attorney as officers of, and acknowledged saId ins1nnnent to be the voluntary act and deed of, their pective com~ SEAL ~~ ~.# / VASMINAPATEL _d (!J1!LZbI NOTNfi P\.8llC STATE ('% IlLIN . . MY COMMISSION EXPIRES 08 1f1-Dt ' Yasmm A. Patel, Notary PublIc L lames A Carpenter . VIce Presidenl & Assistan . tionallnsurance Company and the Assistant Secretary of North American Speoality Insurance Companv, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the scals of the Companies this 8th day of November ,2005 . .Jam..\. Carpenter. Vi"" Pre~etX~~ational I_ra_Company& :umtBnt Secretary of North American Speciality Innnnce Company POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE ENDORSEMENT Coverage for acts of terrorism as defined in S 1 02( 1) of the Terrorism Risk Insurance Act of 2002 ("the Act") is already included in this surety bond. You should know that, effective November 26, 2002, under your existing coverage, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by the insurance company providing the coverage. The portion of your annual premium that is attributable to coverage for acts of terrorism is ~ As your insurance/surety company we are sending you this notice to comply with the Terrorism Risk Insurance Act of 2002 For questions regarding this notice please visit our website www.nassuretv.com or you may call our office at 630- 227- 4825. REV 2/03 agent notice IMPORT ANT NOTICE In ,Jrder to Obtain InfoIDlation or Make a ComplaL.'1t: You may call Washington International Insurance Company andJor North American Specialty Insurance Company at the following toll-free number: 800/338-0753 or You may write to them at the following address: 1200 Arlington Heights Road #400 Itasca,IL 60143 You may also contact the Texas Department of Insurance to obtain information on companies. coverages, rights or complaints at: 800/252-3439 You may write the Texas Department of Insurance at the following address: POBox 149104 Austin, TX 78714-9104 ORIGINAL PRO P 0 S A L FOR M t it F' 0 R 1 "). CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR lRE-BID/ DEPARTMENT OF ENGINEERING SERVICES CITY OF' CORPUS CHRISTI, TEXAS Proposal Form Page 1 .)f 26 PRO P 0 S A L Place: Date: DfJoW IOId-CD5 Proposal Of~_~~\CU'\ CDY\S\lAJ;()(\ CO.) ~Ch a Corporation organized and existing under the laws of the State f. -.C2l~~ OR a Partnership or rndividual doing business as TO: The City of Corpus Christi, Texas (;entlemen The undersigned hereby proposes to furnish all labor and material :':, tool s, and necessary equipment, and to perform the work required for: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FORIRE-BIDJ at the locations set out by the plans and specifications and in strict ,3 corda nee wi t h the contract documents for the following prices, to- w t: Proposal Form Page 2 of 6 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART A - GENERAL I:EM _ :T: J A- L.S "'='-=O.OJ;.;=-= -- III IV V - -,--- - ------ .------ --.---- -- -~._-_. .-------~- Unit Description Price Total ~~~~c=c'c~~ - Mobilization/Demobilization , complete and in place per Lump !(X),OOO.06 $ 100 .om ) . Sum. .QCJ , -~._..._- --..-......-- -- _._._-~_._..__..._._.__..__._------~-~--- Site restoration, including but not limited to landscaping, excavation and embankment, 5(;,(;(X) . CO $ 50 ()(X) . ex) , , roadways, driveways, and parking lots; complete 1n place per Lump Sum. -------. ~. Traffic Control Plan installation, maintenance, and JS coo. ()O $ 2S-000.0D ) , removal complete 1n place per Lump Sum. ---- --.---------- Storm Water Pollution Prevention Plan installation, JSjac-co $ .;is- coo . 00 ) maintenance, and removal complete 1n place per Lump Sum. -- Exploratory Excavation, 10, NY) .CC) $ to O()(). 00 . complete 1n place per Lump Sum. -- Utility adjustment allowance, $100,000 $ 100,000 ~omplete in place per Lump Sum. -- -~----~--~- ~le~tronic equipment dllowance, $5,000 $5,000 complete in place per Lump Sum. A-) ] L. ~ t i f L.S L.S A-5 J L.S .A.-6 1 L.S r A- ! 1 L. S Co 1,_ PART A - GENERAL: (Subtotal Items A-I to A-7) $ 3JS". COO. 00 . Proposal L'rm Page 3 of 26 PART B - , I I I i -- ---t-- ITEM __~ B-1 B- B-.3 8-4 '-1- B-b ! 2 ---t -- B-6 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing WATER IMPROVEMENTS II I III _ _ _ __~m _ ..._ __ ____.___ I QTY ! .0= ------L- 120- nch (0.0.) diameter HOPE I water main with horizontal drill installation, material, p1pe string-out, assembly, testing, and installation complete In place per Linear Foot. ---~~ 16-inch (I.O.) diameter PVC water main with open trenching, matE"rials, installation, testing complete in place per Linear Foot. 16-jnch gate valve complete 1n I -=:~___ place per Each '__ Air Release Valve, manhole, corporation stop complete in place per Each._ Connect water to existing ~~_~'--_ comf-,lete in place per Lump Sum. Trench safety for water main open trench segment, complete in place per Linear Foot. Description ') 144 L.F. 340 L.F. EA. 340 L.F. - -t- ---- -- --- I B-7J ]L.S. Valve Vault, including concrete vault, all piping, valves, fitting, materials, installatjon complete in place per Lump Sum. IV Unit Price J31 . 00 105.00 ~J1'i). 00 LJ O()(). 00 , '-to, ()(X) . (XJ /5,00 );0 CI.b uD , PART B - Water Improvements: (Subtotal Items B-1 to B-7) Proposal F'oLlo Page 4 of ;'F, V Total $) /:Jdq/ 41 (P. 00 $ 3b.lOO.00 , $ .~;:l} oco. CX'J $ ~,OOO.Oo $ 40,000. oD $ S; /00.00 $ / JO. 000 . GO . $ 1/-110/)/0. DO i'3se Bid 1 InstClllat.Lon .f NEW Utility Crossing: Project References projec~N~.:, . Owner Name: '~1-fj,w(?:5fljn ''T3e II Location: Ok fa hD1'YIa - Contact Name and Phone Number: jif f!t)/-e:: j oe ~\e. Brief Description of Work:'''t::i) jJ5b' /~f RPd l(~.jer Award Date: :S-L.cne. _, , C::>OO~ ;)'()o3 3;) SlJ I ~- J~- 025;J.o ProJect Manager; tIe rM~ -+- v((jjts Acceptance Date: . J i J l1 Length of directional drill 'VIII Number of and diameter of pipe installed :~ Pipe Material (HDPE, Steel) ~E Was Project late; ~___ (Yes/No) If yes, explain below Proposal Form Paqe 17 ()f 26 WORK PLAN FOR BASE BID 2 REMOVAL OF EXISTING UTILITY CROSSING: Provide attached to this proposal a brief statement descri.bi.ng the bidders approach to completing the Work wi thin the specified completion time describing both method of removing existing pipe and maintaining and restoring side slope stability of Corpus Christi Ship Channel. Include a bar chart schedule of the major work activities to demonstrate the feasibility of the bidder's approach. Bar chart may be hand written on this sheet or provided on an attached printed page Bar Chart included? N/A n~ b.t~_ ------~.._---_.._-'-~--,_._--_.._-- , r '"'pc sa I f', lIL f I !1 t Base Bid 2 - Removal of Existing Utility Crossing: - Project References The Pirm and Sub-Contractors (to the Firm) experience, and resources to provide a complete that which is similar to the type, size, and performed within the last 5 years. must have demonstrated technical expertise, project. Project experience listed should be scope of this project and shall have been PrOject No.~ Owner Name: Location, Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Was Project late: (Yes/No) If yes, explain below rruposaJ Fe-lm [iqe 19 uf Base Bid 2 - Removal of Existing Utility Crossing: Project References ~::::oJect No.2 Owner Name: Location: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Was Project late: _______ (Yes/No) If yes, explain below IropOS21 F.: rm F,-IQf! 20 ()f Base Bid 2 - Removal of Existing Utility Crossing: Project References Pr_Cject NO:3 Owner Name: Location: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Was Project late: (Yes/No) If yes, explain below l'rc!posal Form I "<Jie 21 E, Base Bid 2 - Removal of Existing Utility Crossing: - Project References Project No.4 Owner Name: Location Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Was Project late: (Yes/No) If yes, explain below l'luposal Form I'dqe ~"2 f Base Bid 2 - Removal of Existing Utility Crossing: - Project References Project No.5 OWner Name: Location: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Was Project late: (Yes/No) If yes, explain below :'Y(lposal F'(.rrri !':lqe 23 The undersigned hereby declares that he has visited the site and has carefully examined the plans, specifications and contract documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Con tract 0 r Upon notification of award of contract, we will within ten ( 10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this ccntractcmd a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of th City of Corpus Christi in the event the contract and bonds are not executed within the lime above set forth as liquidated damages for the deLay and additional work caused thereby. ~nority/~nority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms pal: ticipat ing in the cont ract and a description of the work to be performed and its dollar value for bid evaluation purpose. bonds si riled Number of Signed Sets wi II be prepa red in not '3 e t: s . of Documents: I es s than four The contract and all counterpart (original Time of Completion: WOl k within 120 calendar da calendar days, 1 Base B1 Work Order the 180 Y a l'he undersLgned further dec Lares that he will provide all ne ssary tools and apparatus, do ~ll the work and furnish all mat riaL'; dnd do eve ythin:j required t carry out the above mentioned war k covered by th i s proposal, in strict accordance wi th the contract dO(lffient:,:: and the requi rernEcnt s pertaining thereto, for the sum or sums '3t)(' Te ::;et fc)rt.h. Feceipt ,)f th numher : 1,-43~~--- followinq addenda is acknowledged (addenda (S ('. .) sub itted: <L ~ " l 6)'jU1C. Jrt'l~fllc'e/~ n) {l,ddc"cCss: ,-p~ 8o~~1k .~.O. ,BOX,) , t'L,( (~ of II -OK-- (City) (State) 'r', 1 'phone: _:'105. 1J:J.YJ-/;l3;)" cZI/5Sf/1'-/S, (Street) 130Sb (Zip) NOTE Do not det ",eil bLJ frem ot!ler P,'1)(' 1 FiJJ -ill w~th ink dnd s1.1bm;~. (~!)!fir)Jf:'t with atta hed papers. (ReVlsed August 2000) 1'/ ",posa] r ~dHi 1',,1'" ;'4 "I' CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". j, FIRM NAME -.fJkerrnan [10175 rul'~On (1. :L1e.. , / STREET:J1/5 SH7'-tS CITY: f1.Lreo{J ill DK ZIP: '73()~D FIRM is: 1. Corporation -L 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Title and City Department (if known) ~Dne- 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Tille tV D (Ie. 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Board, Commission or Committee rJ DA~ 4, State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm" Name Consultant , ('4 0 n-L-- CERTIFICA TE I certify that all information provided is true and correct as of the date of this statement, that I have not r.,pingly withheld disclosure of any information requested; and that supplemental statements will be rJfumptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Sie ve Title: (Type or Print) Signature of Certifying Person: ".' .' '---- ~Rt:Sjd-€l1t fO/1I / D~ . Date: 1') oposal F.cnlf' I'age 25 ,,1 2E DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, Including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entitles which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm, Including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. 1. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Proposal rUrl!' J..'lcle ~'6 ',',) f Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART C - WASTE WATER IMPROVEMENTS .. r II III IV V ---.. ---_.__.~ .'_.'__u.__ ---,---.. -~--'-- Unit ITEM QTY Description Price Total 16-inch (0.0:1 diameter HDPE , wa:3te water main with , horizontal drill installation, 5144 material, pipe string-out, C-l L.F assembly, testing, and in~; talla tion complete in place r~3. [0 $ 1411 35/J. 00 per Linear Foot. -..-.. - 12-inch (I. D. ) diameter PVC , waste water main with open C-2 200 trenching, materials, L.F. installation, testing complete 0600 $ n 000 CO place Linear Foot. , 1n per ---.- -- >-- '--"---- 12-inch gate valve complete in C-3 4 EA. plac;e per Each. d-. 50D . ()o $ lDooo 0() ~_.~---- , ,I .- ~ ---_..~..- -_. ~'--_._'-'-'" .----.--.-- I Air release valve, manhole, C-4 EA. corporation stop complete in loODO.OJ $ _h>/ 000 . r:O I l- place per Each. '-"- --~_._- --,'--- 1--"----- ----- , Connect waste water to C-~) I L.S. existing, complete in place lfo j efi). CD $ ~OJ 000. On I per I Lump Sum. u -- .--t-- u .. 200 ; Trench safety for waste water C-(' ! L. F. I open trench segment, complete I~ Of) $ 30QO CO ! ~ in place Linear f hJ- per Foot. t -~,- - ~ Existing wastewater line repair I r-' ! L.S. and emergency spill response .> . all ,;wance, complete in place $75,000 $ 75,000 I I~ per Lump Sum. PART C - Waste Water Improvements: (Subtotal Items C-l to C-7) $ / 09 g 3..S?l. 00 , , Proposal Ferm Page 5 of 6 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 2 - Removal of Existing Utility Crossing PART D - REMOVAL I ITEM 0-1 0-2 I I I i i I ] 0-3 I i I , I D-~li 0-6 11 . ----j- I 0-'7 ! i J II III QTY Description Mot,il i za tion/ Demobil i zation complete andln place per Lump Sum. 1 L. S. Site restoration, including but not limited to landscaping, excavation and embankment, roadways, driveways, and parking lots; complete in place ___ ___ per Lump Sum. ___ Cleaning, purging, and removal of existing utilities from underneath and within the side- slopes of the ship channel and I from on-shore including two(2) I I' 12-i.nch diameter water lines, two 2) 12-inch diameter i wastewater lines, two(2) lO- r inch gas lines, and one(l) fire alarm cable, maintaining and ro-pstablishing side-slope stability of Ship Channel side- slopes, and traffic control during the removal of the existing utilities, complete in-place per Lump Sum. Storm Water Pollution Prevention Plan installation, maintenance, and removal complete In place per Lump Sum. Exploratory Excavation, complet",,-~ place per Lump Sum. Utility adjustment allowance, complett2 In place per Lump Sum. U.S. Longshore and Harbor Workers Insurance and Maritime Employers Liability Insurance, _ ~?E1P~~~e_~.I1~E!?ye peE_ Lump Sum. L.S. L.S L.S. L.S. L.S. 1 L.S. PART D - Removal: (Subtotal Items D-1 to D-7) Froposal Form Page 6 of 2') IV Unit Price V Total $ $ $ $ $ $100,000 $ 100,000 $ $;jhv k0J Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Deductive Alternate No. 1 - Removal of Existing Utility Crossing- Modified Method PART E - MODIFIED REMOVAL I~~=Q:y-l= __ ~~e~:::tion ~+ -~ I Le~a~-Lng pipinq, cabling, a I at he appu ne~ances wit hi I I' sIde slopes of the Corpus Christi Ship Channel,'app and abandoned in place, 8-} 1 L. S. camp tete and in place per Sum. IV V -~.._-~-- Unit Price Total c 'od n the ed Lump $ ------..- PART E - Deductive Alternate No.1: (Subtotal Item E-1) Proposa] Fonr, Page 7 .:)f 2 ( bid $ ll1 0 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR IRE-BID I BID SUMMARY TOTAL BASE BID 1- Part A (Items A-1 thru A-7) $ 3/0- OOD . 00 I !, <170. ;2/C/J, {)O , , Part B (Items B-1 thru B-7) $ Part C (Items C-l thru C-7) $ I) 09~. 3S-4. 00 d. ~~3J 5~~, 00 TOTAL BASE BID 1 (PARTS A + B + C) $ TOTAL BASE BID 2- Part D (Items D-l thru D-7) $ v11v ~ $ < L/hb kL > Deductive Alternate No. 1 (Part E (Item E-l)) TOTAL BASE BID 2 MINUS DEDUCTIVE ALTERNATE NO. 1- (PART D (ITEMS D-1 THRU D-7) - PART E (ITEM E-l)) $ l/YW ~cL ECl.\L Nt t,'," I' I: L~F B NUL fc Iii,,! Ii tld I '..j(' I f: r .! tI'k ' ,:1 I t 1 VI ! 1 n I t J l I HI It i! It Ii t i I I, \v1 II g hid F t'-j(':--'E.t is Items may flOt be required and riven by the City for each of .0 r I:] I I. .. t f[I'C,: Ii t 1 I 11: ~:7: 1 ,< ' .' . I ~~ ':1 ' j I II I f'Jl II: "III.'ll.=>n(' spi II response allo\vance i J t 1 1 II.: r 1fI.:' I I j 1 :J tfl':-''::'"'' I y C II I : I L k '11If l " ., : J ] n , ] I j t I I ~-'rn '. I f ( : 1 'HClI I 1 , ! f:' , 1 '[11(111 t )1 d ! .- j --J i 1 ,:.::.;- t I, I 1 .' ] , I I , ! t , I I t ; "II I he b icl i terns prior to the City Ilil,' J'.C; provided in the proposal l,~ I'ds,',j on the scope of work agreed \-Je,!k Iluthorizations of the bid item FU"I 2 Bidder is referenced to Special Provision A-61 Electronic Equipment Allowance for description of bid item A-7 3. Bidder is referenced to Special Provision A-59 Additional Insurance Requirements and Notice to Contractor s A for description of bid item D-7. l' STATEMENT OF QUALIf[CATIUNS: This section will be used by the Owner and Engineer for evaluations of the proposals and for Bid Award The Contractor and subcontractors shall be qualified and experienced in the performance of the work as described in the Special Provisions, Item A-30. The following statement shall be filled out Ln order to demonstrate compliance with the qualifications and experience requirements All questions shall be answered and the data given must be comprehensive. This statement must b, ubm 1 t ted 4i th ~h" "! rOf ')s<11" . If necessary, questions may be answered on separate attached sheets. Do not at tach general advertising and marketing Ii terature; non-relative materials will not be considered as part of the proposal c'ANY UJEO,,[,IATJOrJ 1 Name of E'irm/Company submitting Proposal Form (Prime Contractor Only) Akernu(\ (on~ \( LA-Ctl D V\ r:O. J:::C\/'IC 2. Permanent main office address and telephone number: '''l>o &:1><- i{PcJlv d G11 ~J :$ r. 1'-1'S ..' ~u.r te l OK. "1 :U6\.1 ~ I.. Year organiz~d: O~,If a corporation, where incorporated: Ol'(.-Ch.O(t'\.Oo- 3 4 Current number of contracts on hand: ~_____ (Provide a schedule of these, showing name and address of Owner, amount of each contract and the approximate anticipated dates of completJ on. ) 5 Have you completed all contracts awarded to you? 'v/' Yes No. Yes No If no, submit details 6 Have you ever defaulted on a contract? Yes -.L.. No If so, where, why, name of project, name and address of the Owner, and name of bond carrier 7 Is your firm presently engaged in litigation with respect to any claim regarding contract performance? Yes ~' No If yes, submit description and state case number, style of case and court in which pending or in which judgement was entered 8 Has your firm ever been assessed Liquidated Damages on any project? V No Yes If yes, submit detalls including the name and address of the owner of the project. 9 Is your firm currently workJng on any projects in which work is being performed past the original deadline? / No Yes If yes, submit detalls including the name and address of the owner of the project along with an explanation of why the project is late or past the scheduled deadline. I f II f- -' [fl I" Bank Credit avallable $ :p -- ----:r- Name of Bank: F;rS+Am-e:iUC.fl eo...IlL'/- Irt.v>t"' 11 Attach a copy of your firm's most recent detailed audited financial statement (submitted to a bank for credit) and a current detailed financial statement. 12 Have the principals of your firm been engaged in the construction contracting business under any' other name within the past five (5) years? Yes -/' No If so, please provide the name of such principal(s) and the name and address of the former business l' f'. "I ,'" i'll' ,~ 1 I . >lS I'f- l)','i'Rr :T1t;'; " I, ! l, PP,O.JECT: In conformance with the Contract Documents, listed below are the names, address, and phone numbers of the Firms sub-contracting, and to what extent they will be used if awarded this contract. This list shall not be modified except as requested and approved in writing by the Owner. State if work is to be self performed. --,- -.- r T y P e 0 f W 0 r k -_..._- _.. -."-- -. .. _.. - - --.- - .. - - - .-- - ~ -- .. -. .-..- --_.- ---~_._-,~ --_.~- --,-_._-- --.. - ----- .---- -.- -....--- -~-- -~_.._-_..__..- - -- ......- .- -- ---- f--.. - - -_._--- - - ~... ---- .. -- --- ---- .. Name and AcUress .J t Subcnt r.,ct A _~}ct "w _'~ {It..J6 rf,2Q/"t.!' irY",,(~ B, c. D. L-- r;- ~~ I ~: =--~- G, ~- ~- [- t- f--~ t~ , LITi : ! " k: ,-,:-J I I ' i 11 ![l ot tie\-! UtilLty ('tossing: Provide attached to this proposal a brief statement describing the bidders approach to completing the Work wi thin the specified completion time describing both method of removing existing pipe and maintaining and restoring side slope stability of Corpus Christi Ship Channel. Include a bar chart schedule of the major work activities to demonstrate the feasibility of the bidder'9 approach. Bar chart may be hand written on this sheet or provided .::lTl an attached printed page --_.~'-~~<_.__....~._._--.._. ~--_.- -~.- ------..----.,..- -----.-----.--- ------- -.~.._-----._--_._~--,--. '1" 'i" Pase Bid 1 Installation .f Ne" Otility Crossing: Project References The Firm and Sub-Contractors (to the Firm) must have deJllODstrated technical expertise, exper~ence, and resources to provide a complete project. Project experience listed should be that which is similar to the type, size, and scope of this project and shall have been performed within the last 5 years. "'~:'::::~~S::\~%~~Ob'I'- R,ver f(\Q 'KCu f c;) 5 1- 2f\ J.- \() '1 () Project Manager: ~lX\l\ (Y\Q..~ I J II l~ {:,. Brief Description of Work: j5"OO Lf o.r'4 /I HDPe Q- ;,., SoH YlJl1ruj I,,-rder- mlJbll~ R'ver {\ AU- -t;('o,'t"S, SeI.Je.r hof~ VCLu.\+S J Award Date: t::nJtfl'St QOOLl Acceptance Date: ----0>ru...c.'-f"Y dOO 5 /500 LF \_ \il" Number of and diameter of pipe installed ~ t-\()PE"" - ~ DR \ \ Contact Name and Phone Number:'~f\ Length of directional drill Pipe Material (ROPE, Steel) Was Project late: ~___ (Yes/No) If yes, explain below Proposal Form "age 13 of 26 ;', "se Bid 1 Installation ,f New Ut:illty Crossing: Project References f"Oje~::N_' l),'''+'f) tJ.Jc.JU /'-bus, ~, Location:-'D5-\~n \ ~L Contact Name and Phone Number:~~ Project Manager: ~~ \ZCo n Brief Description of Work: i;l q I~ I LF Award Date: }(l f\l Ad,.. ~ ;,}()() 4 Acceptance Date:~'(; \ L0a4 ;}q t n I tcon Pr;;, , ~5D- f;37-l <' 14~ Gi ~I' Length of directional drill LV t:oicd ~II Number of and diameter of pipe installed Pi.pe Material (HDPE, Steel) f-fDp[, Was Project late: ~ (Yes/No) If yes, explain below f'roposal form rd,le 14 uf 26 "else Bid 1 Installation of New Utility Crossing: Project References ''OJ;>:~::~ ~_, Jbv ( <,,5<' [()@-Cj 4 (n Qv, Jo. ~. 'i<>r & PLY" L~ Location:Jf'a:c:::..iAr~r'"1.s\6r0 C~~LC.1 FL Contact Name and Phone Number: 0t~ ~~~jd:'v) 5lol-')Iq -1'7t.j~ Project. Manager: :S+e..v.e... me' 0. LL 5~ I. Y) . . Brief Description of Work: I 81J'.j I-F ~ :Jt/ II HDPr (hmri1-Li+ thtd q- 'j111mh1<<) t &dtdi all f,t:--,~ V'CI...U-~ Award Date: tlP':!, c1oQ:r Acceptance Date:~ ~".4;) 62/JJ.f)" Lenqth of directional dri.ll . 4g'Jlj Number of and diameter of pipe installed Pipe Material (HOPE, Steel) ~ Was Project late: _.~ (Yes/No) If yes, explain below i:'[oposal Form I'd'!" 15 '..f .'(, 'lase Bid 1 rnstctllation of New Utility Crossing: Project References ;'OJ.::.:::_, Stjf1np1 u.1fe,i ;)0110 Location: :5Jf4YJt2JI, ;Id Contact Nama and Phone Number: I hlhn f/v htV! J')hn J-iu herf Brief Descripti.on of llork:~') .~h}:>/mu"f\ if,(DUjl (t1<::ull-\rl;n ?'tJtb11....Af J /If/I Award Date: :1inUd.lj .JCOY Acceptance Date: JlA)tj ':Jlt J JOOY Length of directional drill _:!~j - 5q3(~/ \'1'/ tJ/1 0/4 3330 0333 Project Manager: :1f= d - S,C! I Number of and di.ameter of pipe installed Pipe Material (HDPE, Steel) lias Project late: _~ (Yes/No) If yes, explain below H bPE: I'r:lposa I t'orm f'''I'' 16 "f 26 OP 10 DATE (MM/DD/YYYY) AKERM-1 11 07 05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW . ACORDN CERTIFICATE OF LIABILITY INSURANCE PRODUCER Arthur Gallagher RMS, Inc. P C Box 3142 Tulsa OK 74101 Phone: 918-584-1433 Fax:91B-582-1319 INSURERS AFFORDING COVERAGE 'NSURED INSURER A American Home Assurance Co Akerman Construction Co., Inc. Attn: Steve Akerman 2915 Highway 74 South Purcell OK 73080 iNSURER B INSURER C INSURER D American Intl Specialty Lines Nat'l Union Fire Ins Co of fA I INSURER E NAIC # 19445 19445 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -------- ------~ -~_._- L TR TYPE OF INSU CE POLICY NUMBER ! Do".~E YMM/DDIY~ LIMITS X 03/31/05 03/31/06 $ 1,000,000 / $ 1,000,000 EL DISEASE - POLICY LIMIT $ 1,000,000 03/31/05 03/31/06 Each Loss \I" $5,000,000 ./ Deduct $25,000 A PREMISES (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG Ben. EACH OCCURRENCE 7171589 I ./ COMMERCIAL GENERAL L1ABil iT' ,__ u: C. AIMS MADE L:x: _' )CCU" 03/31/05 03/31/06 / A : i;ECJc AGGREGATE liMiT APPLIES PER ;1 PRO- , i . POLICY I I JECT ~, ~_ , AUTOMOBILE LIABiliTY V ~-- : X ANY AUTO 03/31/06 .,/ COMBINED SINGLE LIMIT (Ea accident) 4185/ 03/31/05 i\LL OWNED AU 'JS BODILY INJURY (Per person) SCHEDULED Al lCS '"IRED AUTOS -~ON-OWNED Ai 'OS BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) , GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ EA ACC $ AGG $ ANY AlJTO B i- EXCESs/UMBRELLA LIABILITY 7f-- X OCCUR ! CLAIMS MADE ! BE 4952803 I 03/31/06 -./ EACH OCCURRENCE AGGREGATE OTHER THAN AUTO ONLY: 03/31/05 JiEDUCTIBL E X RETENTION $10,00 ./ WORKERS COMPENSATION AND A I EMPLOYERS' LIABILITY I ~~~16~~iM~~~lg~~~g<ECUTIVE ~~c,~ts~R~l&oNs belol' OTHER 8844791/ / C Pollution Liab / CPO 1413356 / DESCRIPTION OF OPERATIONS I LOCATIONS t VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT t SPECIAL PROVISIONS The City of Corpus Christi and the Port of Corpus Christi Authority are named as additional insured on all general liability (GL) and all automobile liability (AL) policies. Re: Project '8429/7173 Corpus Christi Shop Channel Utility Crossing Revised and Re-Bid ../' ./ CERTIFICATE HOLDER $ 1,000 ,000 $ 100,000 $ 5,000 $ ,000,000 2,000,000 $2,000,000 1,000,000 ri , 000 I 000 $ $ $ 5,000,000 $ 5,000,000 $ $ $ / City of Corpus Christi v Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469 CANCELLATION CITYCC2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE/HE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY Of' ANY KIND UPON THE INSURER, ITS AGENTS OR REPRE TIVES. AUT EP ACORD 25 (2001/08) -~_._---- -"----......--.-.--,- ..----- IMPORT ANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY / ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: ICOMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of ~.r8on or Organization I City of corpus Christi Department of Engineering Services ./ ATTN, Contract Administrator P.O. Box 9277 COrpUB Christi, Texa~ 78469-9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an inl5ured tbe pftrtion or organization sbown in the Schedule, but only with respect to liability arising OUt of "your work" for that insured by or for you. Named Insured: AKERMAN CONSTRUCTION CO., INC. .( 7171589 1/""'. Policy Number: Effect.i ve Date of This Endorsement; 11/07/05 v Autho~7n~ ~,.pI' I u IP' ted) Daniel D. Pickard name rln : Title (Printed) ,Senior Vice President CG 20 10 11 85 AITACIIMENT 2 1. or 2 TE 99 01B ,/ ADDITIONAL INSURED This endorsement modifies insurance provided under the following: / BUSINBSS AU'l'O COV'BRAGE PORK GARAGE COVBRAGB 'ORM TRUCKERS COVBUGB FORM This endorsement changes the policy effective on the inception date of the olie unless another date is indicated below: Endorsement Effective 11/07/05 / Policy Number 4185625 V Named Insured AKERMAN CONSTRUCTION CO INC V ~1{~ (Authorized Representative) The prov~slonB and exclusions that apply to LIABILITY COVERAGE also apply to this endorsement. City of Corpus Christi Dept. of Engineering Services ~ Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 (Enter Name and Address of Additional Insured.) is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this poli cy The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premium and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. Ke will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the .~t1on.l insured. The additional insured will retain any right of recovery as a claimant under this pOlicy. FORM TB 99 01B - ADDITIONAL INSt1RED TUas Standard Automobile Endorsement Pre.oribed Karoh 18, 1'92 A1TACBMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES - AMENDMENT OF ./ CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: Schedule 1 Name: SEE BELOW 2, Address: SEE BELOW 3. Number of days advance notice: THIRTY (30) a/ City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 / Named Insured: AKERMAN CONSTRUCTION CO, INC, / ../ policy Number: 7171589 Effective Date of This Endorsement: 11/07/05 ./ Authori .ed Representat i ve , ../ /~~~4~.... Name (Printed): Daniel D, Pickard Ti tIe (Printed): Senior Vice President CQ020S (11-85) ATTACHMENT 3 1 OF 3 TE 02 02A ../ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following I / BUSnmSs AUTO COVBRAQK ~ORIC QAJl.AQ8 COV'BJtACJ. POml 'l'RtrOtBRS COVlDtAGJr PORK This endorsement changes the policy effective on the inception date of the policy anle.. ~ther date is indicated below: Endorsement Effective / Policy Number V" 11/07/05 4185625 Named Insured / AKERMAN CONSTRUCTION CO, INC Countersigned by (Authorized Representat1.vel V TRIRTY (30) days before this policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: SEE BELOW SRR BRLOW (Enter Name and Address) I' City of Corpus Christi Dept. of Engineering Services AttD: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 Authoriz~~pre.eDtat1ve: ~../ /./. ~ L..rJ>~ Name (Printed): Daniel D. Pickard Ti tIe (Printed): Senior Vice President / PORK TJ: 02 02A - CAlfCD.LAi"lOH PROVISIOH OR COVDAcD CKAIrQ. ~IIIBHT Tex.. Staudard Automobile 2Ddor....nt pre.oribed Hov-.ber 1, 1'" ATl'ACBMENT 3 2 OF 3