Loading...
HomeMy WebLinkAboutC2005-655 - 11/15/2005 - Approved 2005-655 11/15/05 M2005-406 : King Fisher Marine Service Prepared by: ShiIl~ MO$eley and Assc,ciates, Inc. 555 N.Carancahua,SUite 1650 Corpus Christi, Texas 78478 P.I)one: ~611a51:':1il1 FAX: 161/857-'1'234 J200.20077.05 FOR DEPAR~EN'l', OF ENGINEERING SERVICES en" OI?CORPUSCCHRtSTr, TEXAS ' . Phone: 361/8aO-3500 Fax: 361/880-3501 l '1 ': ~\ ,l?RO.r.~*NO:'.429/7173: :," . , ~l Ii D~U\iilG:l~f: i!. 234 . , ,':." --:'-_~;.~--~,,~-~- ;'-If_/-'-~ .;----'~J.-' 'u. _ . Ci~ of Qipus Cbiisti ADDENDUM NO.1 I 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 th~ 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. PA T A- SPECI RE .EIVING PRO 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., t9 We~nesdav. October 12, 2005 at 2:00 c.m. Location and Time of Bidding shall remain unchanged. Phase acknowledge receipt of this addendum in the appropriate place in your PROPOSAL FORM. Elm OF ADDENDUM #1 ARE/eo / I:d~s~;: Director of Engineering Services ,; 1/ujlJ s- ADDENDUM NO. I Page 1 on Engineering Services P.D,Box 9277 · Corpus Christi, Texas 78469-9277 . (361) 880-3SOO - ._- ~~ 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.J'7? t'" / Director of Engineering Service~T' ^'- ~1fA/ 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. Ifbidders prefer, they may can 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. 21 September 26,2005 TO: ALL PROSPECTIVE BIDDERS PROJECT: CORPUS CHRISTI SHIP CHANNEL UTlUTY 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 oDenina. The Enaineer will not answer any Questions received after this time. and it is the Bidder's responsibility to ensure that all Questions are received prior to October 5. 2005. Questions and replies to Questions will be made to all Bidders via fax and mail. B. A-4 Method of Award 1. ADD: The following new paraaraph 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-53 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 Dooley 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. Sheet90f16 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 Removal of Existina Utility Crossing 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 dredainQ operations in this area of the Ship Channel durina the course of the proiect. Contractor shall coordinate with the U.S. Army Corps of Engineers to insure there will be no conflicts with maintenance dredging. The Maintenance dredaina is currently scheduled to occur between August 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 -1lJl"" 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 ",.....",,\ --co OF Tr " : ",1~.......~:t-f '. ;'e:,".... ~ "~ *t~ ;,*..- ~ "'*~ ~ *: ..........:....~ ~.......:AC;HrE FUDGE ~ ;l NAT~ ....:........y...7 l................. .. , ~ ';". 90131 :~'!: , r. 'V . '!i:/ ." '. ~~..~!CE"S~~~.: \,,{.r8ioNA~ t"f._: 9. 2(,' 05 ~"",....- /~~~ Natasha Fudge. P.E. Project Engineer Shiner Moseley and Associates, Inc. NEF/ckl 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 ADDENDUM NO. 2 Page 4 of 4 ze ~ ~ 1&1 o~ ::l ..J a:J2: III III &&I 0&&1 ~ ~ ~ t- ....Jt- II: a: II: % 85 8 a a ~ ~ :J: t- ea. U) 1&1 21-0. 21- 0" 0 "'-0 z ~ - 0 f- ~ en ~ en CD - a:: l&J 0::: to- :c <t :f en ....J ~ c...> t- 'en en -' 0 A. 0 ~::> -. 0 D::a.. .M 00:: - :: -..,. 0 0 M 0 ~o I I = ..,. ~ - z u CD 0 ~ CD c.!> Z 0:: - ~ ::::> 0 a:: >- a.. ~ - 611 2'-0. 11- 6" 4' - 0" Attacbment J Page 1 of I REJ'. 7/96 Addendum No. 2 Attachment No. 1 Page 1 011 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 contraot documents. The provisions f the contract documents not specifically affected by the addendum shall remain unchanged. I. GENERAL PROVISIONS A. See paragragh B-2-7 Preparation of Proposal General Clarification: Bidders SHALL Na.r be required to express their uni t prices ~written in both words and numerals", for the purposes of this contract. The City-furnished Proposal Form does not provide spaces for the ~written words" to be filled in, in this manner. Bidders SHALL complete, execute and Buhmi 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 /" )"t;e ~u/ Angel R. Escobar, P. E. Director of Engineering Services ARE/rs ADDENDUM NO. 3 Page 1 of 1 r- I I l_~ :-3!?E ']J',r PRO V T S ION S S PE:C T FICAi' IONS j\ N D I" 0 R fv) S o F' CON T R ACT S AND BON D S FOR '-- --~-----_. -'---'--"-- CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR FE-BI~ '---"-----.-------- _. _._.._~._.._---_.._---_.._.__..,- Pr'c'pared by: Shiner Moseley and Associates, Inc. 555 N. Carancahua, Suite 1650 Corpus Christi, Texas/84)8 --""'\ --~OFTL'" ~, A~~",'''''.'i:t-? t. .... C:t ..' * "~ 'a. ",*..' '..* ,.." , . .."- i! *: .....:...1. ~................"E..FiJDGE ;'. ~ ...~~T~~f:i.~...:.............1 ~ . l' i' ~1. ..0.... 9013 ...~ 'f-1b;'-.~/CENS't;~..~ ~~;.. O~'()~6~ Phone:361/857-22Jl FAX: 361/857-7234 ,J200. 20077.05 FOR DE~ARTMENT OF ENGINEERING SERVICES 'ITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 "'ax: 361/880-35Cll ---""" --:\l OF TE: \ ':-~"-....u......t-t 't - ~." '* ".OJ' 'a ~ */ '". i< 'I. , * : ". * 'I. {....:W.A.HAYE~{.."~ ~':';; :.................."....;...~ ~.,o: 74090 ..:;: '" '4.0'~J'..st?IST~i.,~ r>>~~r;;Z . ~ {"bIOS Rc' \Ii', el' /' /e ( ) Pic; UiRISTI SHIP CHANNEL ILITY CROSSING EVISFD AND rSSU~D FOR RE-BID Table of Contents NOTICE TO BIDDERS 't.:') oed (; C)!)\ NOTICE TO CONTRACTORS A Rc 1 i sed :~E"pt. (00) Tr Iiri'inCe Req':ir, men s NOTICE TO CONTRACTORS B Re\-- i sed ~/O()) (-Ie <er' s :>mpcon, 'It i.cce 'nvc~r e1ge For BUlldinq or Construction Projects For Go 'ernment En it es PART A - SPECIAL PROVISIONS A-I Ti"e dnd FJdl- 01 Re 'eiV1W) Proposals/Pre-Bid Meeting A-2 Lle: .niti:::rls cHid '\bbI,'vill i A- Description ot F oJe,t A-4 Me'hod of Award A-', [t,ems tc be Subm.tted '"d.h Proposal A- f:. TimE: of::ompl eti niL' qu Ldated Damages A- i I'Jor kers ~()mpensal' io" Tw;ur.HlcE' Coverage A-a Faxed Proposa s A-g Acknowledgment or Addenda A-I Waue Rate:3 (fl.{.vi, 'd 7 ',/(,C) A-I; :-:c,peration with Public l\gerlLles (Revised 7/5/00) A-I;' Ma f1tenancp 0 S.-rvi,'es A-I l\I'd AcC'""" cHid raft ie ContIol A-14 -.:o:.strueti CJ,l r~qu lpment .;pI]] dge and Trdcking A-I~ EXLdvatian dnd Removdls A-I h Di "posa] iSa] v,lge of t'1atEct Lcd Co h-+J--.F-.h~H-ee NOT USED ,'A.-If! Schedule and;eqJeneE A-] Oi:;tructlOI1 i'ro eel A-2C ['e ring 'lnd ('e>rt fi A-2 Pr leet;igns A-2 MiorilyiMinorit{ Bu~iness Enterprise Participation Policy (Revised 10/98) ~-fft;;peetion HCqB-i-f e4---,-Revist'd 7 ;c..f..G+l+ NOT USED A-24 3u ety Bands ~')- S.) I CJ Ll~ -Eltcmpt Hffi NO LONGER APPLICABLE n..-26 3uj'plemental Lns rani e i--:cgui tlc'ments A:-P--~ '~~4cli-t.y-f' r Dam.) ere C l a-i-ffiS NOT USED n..-28 ~o' ideration f r Contract Award and Execution A-29 '=o:,tractor's Field Admir,istIdtion Staff n..-3 Am"nded "Cons I de atl<n c,t Contract" Requirements 1\-3 ,!\m,nded ;oi) llC 0' Ext ca Work and Change Orders lI,-3z' !\mi'nded "EX(,clltiLn 01 Contract" Requirements lI,--301 =onditions of Wo k 6,-34 t-'uceden,;<-c of CO! tra; t [loc\1ffient s A-~{;-i-'-., WJlc;c-..Fa-e-i-l-+H-€-t'--f;f'cc I a I R~rcmcr.t5 NOT USED 1\.-36 )ther Submittals 1\--3 Amended "Arrangement. ancJ Charge for 'watr-r Furnished by the ,City" 1\-3 Wor~,eI's Compensdtior' Ccveraqe for Building OI Construction Projects for 30vernment Entit as ~---H8e"tificdtc -e4-4'cupancy and-Finol }\cccptoncc NOT USED "\-40 7\nwndment to See ion B-B- 6 P3rt.ial Est j mates ,4-4-1~mc l'~d'!L::;ory NOT USED '\--4 ')SHp, Ru 1 .,"; " FE'g' lat j on:' or Construction Layou' and Control L I ('fi (6/11/98) A~ 43 7\- f; 4 A--t~S A...4" A~!J A-1d A-4'.) A c) A-~. i A-s A-~ 7\- ~/l 7\-5 A-5~ A-5 A-58 A-5 7\-60 A-61 A-62 11.-6 knended Illcien,ni t lcat lor. & Hold Harmless (9/98) ::::h'10ge l;rdE'r~ ( /26; '19) A: ,.Built UimensJ.ms and Drawings (7/5/0Ci) o :iposa L . Highly C'~L)rinated Water (7/::'/00) P -Con:1n:ct or F.xpJorcitory Excavations (/15/00) O\":rhead Llectr,:al wires (7/5/00) Amended "jvlaJ nter ~lDce Guaranty" Pavement Pestor~ ior and Site Clean-up S, i 1 B01 J nqsilDO Gectecl1n I C3 i InfoLmatlcn 5J mal I ~(Jr:t (l1equi re,::) ; f l\Jditive AJternClte No, 1 is Awarded) Pl' 'teet] cr' f Ex Sl i ";9 c:q\J lpment, Structures, and Utilities MJ iplaeeo Materi ':Il VE 5e] 1r21ffi' iPeq~]ired if i\dditive Alternate No 1 is Awarded) ptvsiea] Dnt,i Pr 1'.eeticn /)f Jot, Si e DE",',ltt'ri ng Adell tional In;;uI .nee Requ,i l'(,ments USAi:E Corpus "hr I sli Ship Chcmnel Soundings Sl 'ctron i c Equipment Al LowaIlcP EI'~ctronic Prupo:;al Form St 'e of Texas U e T~x ATTACHMENT I - PROJECT SIGN PART B ATTACHMENT II - SAMPLE ELECTRONIC PROPOSAL FORM GENERAL PROVISIONS PART C PART S FEDERAL WAGE RATES AND REQUIREMENTS STANDARD SPECIFICATIONS )21020 . ,:ITE !;LEARING AND STJ.:,IPPING (5-5) lJ22020 EXCAVATION AND BACKFI 1,L FOR UTILITIES AND SEWERS (S-9) * U220D - TRENCH SAFETY FOR EXCAVATIONS 02210C -';ELEe'!' t4ATERI!\L (~..lc>) 025205 REMOVlNG AND REPLACING PAVEMENTS (S-S4) 0252Z( - FLEXIBLE BASE - Cl\LICHE (3-74) ()25404 - I\SPHALTS, IL: ANI Etv:ULSIONS (3-29) Cl?5412 FRIME CUAT (S 30) J254;~4 - HOT MIX ASPHAI TIC C;ONCRETE PAVEMENT (CLASS A) (3-34) 025612 -~aNCRETE SIDEWALKS AND DRIVEWAYS (S-S3) 125807 !'AVEMENT MARK! NGS (S' 45) * )26206 DUCTILE IRON PIPE I,ND FITTINGS (S~'81) * )26210 ?OLYVINYL CHLCIRIDF: PIPE (5-83)* )26402 WATER l'IPt: (S- ',8)' j26409 .. f'APPING SLEEVb3 AND TAPPING VALVES (~;'84) * J26411 - ;ATE Vi\l,VES FOR. WATER LINES (5-85)* )26602 ;ANITl'.J<Y SEWEF FORCE t1AIN (5-69) * 26604 . ;\ [R RE:T.EASF Vl> ,,vES (WASTEWATER APPLICATION) (S-96) * 27202 r1ANHOLES (S 62 * 27203 JACUUM TESTTN( OF ~ANTTARY SEWER MANHOLE AND STRUCTURES* J272 5 IBERGLJI,SS f.1ANHOLE')* )280,)0 :EEDINC (5 14) i30020 iURTLANr, CElv]ENT CONCRETE (;)~40) !32020 ".F:INFCRClN(; ST;::EL (S.42i 38000 :ONCRETE STRUCTURES (3-41)' 150200 WELDING (S~43) 55420RAMES, r;Rl\TES RINGS AND COVERS (S-~,7) * PART T - TECHNICAL SPECIFICATIONS '220 232U 2580 ENVIRONt4ENTAJ, F~OTtJ:Tl,)N H"RIZONTAL DfRE TlONAL DRILL' TEMPORARY TRI\FT C CONTROLS DURING CONSTRUCTION 02 f.!J ( 02 13 'iIGH LENS!] Y ')LYE J'HYLENE (HDPE) PIPE AND FITTINGS* TfDRO"Ti\TI n :;TING Of PRESSURE SYSTEM* :':MO\lJd, CF EX, ;TIN'; UTn ['1"( CROSSING" NO'l f '\pp I ~. '\pp i 1 ,:- CH' 'l,ppIJ;'c t y (> E"s.c Ly 0 FcSi' be in Pise 81(j Rid 'Eel i and Bdse P,id 2 LIST OF DRAWINGS CORPU (HRISTJ SHIP CHANNEL CROSSING, BASE BID 1, REVISED AND ISSUED FOR RE-BID T Ie Sr,eet ,s.:;cl nde" 2 . 0\ .,' ~ a 1 1. F' r j (:: 't Lay:::. 11 t 'J S J . At? r ] a 4. EY"itlng 51te Pi if] Ncnth ,;jde 5 E~ 3t10g Site PJdn South Side 6. Ey sting S te Pldn - Enlarged Entry And Exit Location Plans 7. Pl ,perty Ownership Nort,h Side A. PI percy Cwnershlp - South Side 9. Oi ',ct I cnd 1. nril I Pr)fi ie Crossing at Harbor Br idCJc; 10. Cj~ll Details 11 . 11 Detai h 12. Ll Deta1ls 13. Tr 1,=fic Conu"l I Ian ILl Pi;e Stringou: L.lydown Lan ]5. St ,rm Water Pnl];tion Prevention Details 16. Site Plan Enlarged 2appiny Plan and Cap Detail CORPU5 (H!USTI SHlt CiLZ\NNEL UTILITY CROSSi. NC;, BASE BID 2 - REMOVAL OF EXISTING UTI LITlE REVISED !\ND ISS[JED FOP RF>BID 1. Ti j c Shi'?et dnd nde>: 2 . S i ~. lie rId I 3. IJ _ 7 . .~)i p Plan Dpili"liti)n Lm ~:n d rged Dem" ] t ; :}n ~"lan En Drged Demo ition Flar, Prperty 'J'..-JI1P r sh p North Ex ting Ut i I i ty Cro"'3inq :i : 1 Det." ii" South Side North Side Side s . 6. 8. ') - 10. C,t r m 't/ater Po1l'lt ion ].'1 evention Df,ta i J ,c; ll. )eluctlv" A1 Lern"te NO.1 Eemoval Limit" of J:::xisting Utility Crossing EXHIBIT I - GEOTECHNICAL INVESTIGATIONS EXHIBIT II - PERMIT INFORMATION EXHIBIT III - USACE CORPUS CHRISTI SHIP CHANNEL SOUNDINGS EXHIBIT IV - CALENDAR OF EVENTS NOTICE AGREEMENT PROPOSAL/DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING, REVISED AND ISSUED FO~ IRE-BID I consists of two (2) Base Bids and a Deductive Alternate. Bidders have the option of bidding on Base Bid 1 and/or Base Bid 2 Isee Special Provision A-3); BASE BID 1 - INSTALLATION OF NEW UTILITY CROSSING, consists of furnishing, installing and testing approximately 5144 linear feet of 20-inch (O.D.)SDR 9 HDPE water main using horizontal directional drilling; furnishing, installing and testing approximately 3~O linear feet of 16- l.nch (I.D.) pvc water main using open trenching; furnishing, installing, and testing approximately 5144 linear feet of 16-inch (O.D.)SDR 9 HDPE wastewater force main using horizontal drilling; furn1.shing, 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 with the plans, specifications, and contract documents; BASE BID 2 - RD<<>VAL OF EXISTING UT:ILITY CROSSING, consists of cleaning, purging, and removing two(Z) 12-inch outside diameter steel water mains, two (2) lZ-inch outside diameter steel wastewater mains, two(2) LO-inch outside diameter steel gas mains, and one(l) 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 re-establlshing slope stability of Ship Channel side slopes; maintenance of traffic control and storm water pollution prevention measures; and dredge material disposal in accordance with the plans specifications and contract documents; BASE BID 2 - DEDUCTIVE ALftRNATE NO. 1 - RPH:)VAL OF BXIS'.rING CROSSING - KDD'IED H!'.3fa) 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 pip1.ng, cabling, and appurtenances and re-establishing Ship Channel side-slopes, in accordance with the plans, specifications, and contract documents; will be received at the office of the Clty 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. A pre-bid meeting is scheduled for Tuesday, September 20, 2005, at 10:00 a.m. and will be conducted by the City. The location of the meeting will be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi., TX. A bid bond in the amount of ~% of the highest amount bid must accompany each proposal. Failure to provide the bid bond W1.l1 constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specificat1.ons and contract documents may be procured from the City Engineer upon a deposit of One-Hundred Fifty aDd no/100 Dollars ($150.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage /handling charge. The biddel 15 hereby notifled that the owner has ascertained the wage rates which prevail in the locallty in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanlc" employed on thls project. The City reserves the right to reJect any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best Lnterest of the public CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa, City Secretary NOTICE TO CONTRACTO,RS ~ A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A Certificate of Insurance indicating proof of coverage ln the following amounts is required: TYPE OF INSURANCE 30-Da Notice of Cancellation reI uired on all certificates Commercial General Liability mcluding: Commercial Form Premises ~ Operations Explosion and Collapse Hazard 4 Underground Hazard 5 Products/ Completed Operations 6 Hazard ~, Contractual Insurance 8. Broad Form Property Damage Y Independent Contractors 10. Personal Injury AUTOMOBn,E LlABILlTYnOWNED NON-OWNED OR RENTED I WORKERS' COMPENSATION , ; EMPLOYERS' LlABn_ITY j-.. -~---_._.- , EXCESS LIABILITY _______ PROFESSIONAL POLLUTION LIABILITY; ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-tern environmental impact for the disposal of contaminants MINIMUM INSURANCE COVERAGE Bodil $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 f:9 REQUIRED o NOT REQUIRED BUILDERS' RISK See Seelion B-6-1 I and Supplemental Insurance Requirements INSTALLATION FLOATER US. LONGSHORE AND HARBOI{ WORKERS' INSURANCE MARITIME EMPLOYERS LiABILITY INSURANCE INCLUDING, BUT NOT LIMITED TO t T.RANSPORTATION, WAGES. MAINTENANCE AND CURE -..---. -_._-----_.._----_._._-.._.._.__.~~_.__.- o REQUIRED [] NOT REQUIRED $100,000 Combined Single Limit See Section 13-6-11 and Supplemental Insurance Requirements o REQUIRED ~ NOT REQUIRED STATUTORY AMOUNT WHICH COMPLIES WITH THE UNITED STATES LONGSHORE AND HARBOR WORKERS' ACT $500,000 SINGLE COMBINED LIMIT Page 1 of2 OThe City of Corpus Cbristi aDd the Port of Corpus Cbristi Authority must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe name of tbe project must be listed under "description of operations" on each certificate of insurance. OFor each msurance 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-6-1 I or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880- ~500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS B WORE?:. 'S CO:.,?E:"SATION COVERAGE FOR BUILDING OK C:NSTRUCTION PROJECTS FOR G::::VE?J~ENT ENTITIES -:-"xas Law requi:::es that ~.ost contr3.ct:.ors, subce:-:t:.::::-:::.ctors, and oth rC: :Jroviding work or ser'.'=-ces for a City building e::::- c:Jnstruction pre CSc ~ust be covere~ by worker's compensation insura~ce, authorized sel -~~surance. or n approved worker's compensa~~=n coverage ag:-ee!T.e;--~t:. . Even if Texas law does ~ot require a contractor, subcontractor or o:::he::::-s performing p::::-oject services (including deliveries to the job site) :~ provide 1 or the 3 forms of worker's compensaeion coverage, the c=-~v will require such coverage for all individuals providing work or sex":ices on this Project: at any time, including during the maJ..::- ;:;:.::nce guaranty period. >~otor carriers which are ::::-equired to regis~~r with the Texas Depar~~ent: of Transportation under Texas Civil Sta~~~~5 Article 6675c, and which provide accidental insurance covera~e under Texas Civil Statutes Article 6675c, Sect:~on 4(j) need not ;:::ovide 1 of the 3 forms cf worker's compensation coverage. The Contracter agrees C~ comply with all applicable provisions of 7~xas Administrative Code 7itle 28, Section 110 .1J..0, a copy of whlc~3 attached and deemed =-:-:corporated into the project contract. please ::ote that under section 110.110: certain language :.:ust be included in t.he Contractor's Contract with the City and the Contractor's contracts with subcontraceors and others providing services for the Project; the Coneractor :..s required to submit ::.a the City certificates of c:Jverage 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 is required co post the requ~red notice at the job site. By s:~~:ng this Contract. the Contractor certifies thac ~: will timely com;:.c~: '..Jith these Not:..ce to Ccntractors "B" requirements. "OTICE 70 CO"TRACTORS - B (Revisea 1/13/98) paqe 1 of 7 8/7198 :- .i~t 1 \...\i. a :'"rl ~S I~C;TR\ "\:C'I' . I. e _ '. '/ L ~ . ~._ Parr n. TE:\...\S \'\ORKERS' CO!\lPENSATION COMMISSION Ch3prer 110. REQUIRED NOTICES OF COv"ER-\GE Subchaprer B. E:\1PLOYER ;\OTICES ~ 110.110 Reponinl; iZeaulrements for Building or Consrruction Projects for G-ovemmenul Entities (a) The following wares ana terms, when used in this ruie. shall have the foUowing meanings, unless the context c:e:rriy inciicates otherwise T e:111S not defined in this ruie shall have the meaning de5ned in the Texas Labor Code, :f so defined. (I) CertmQ.re or coverzge (ce:-lliiQ.i:e ;-.~ (Cpy of a cef'".iiicate of :.::surznce, :!. certificate of autboriry to seir-insure issued by the c:;mmissicG., or a workers' ccmpeasauon coverage agreement (TWee-Sl, TWCC-S2, 1\VCC-83, or nVCC-S4), showing statutory workers' compensation insurance coverage for the persons or entir/s e:nployees (inciuCing those subject to a coverage agreement) providing services on a Droject., fer the duration of me project. (2) Building or consuuc:lon-nas the mea!'.lng defined in the Texas Labor Code, S 406.096(e)(l). (3) Comraci:cr-A perscn bidding for or awarded a building or cO:lSuucUon project by a government21 enuty (4) Coverage- Workers' comoensation insurance meering LfJe statutory requirements of the Texas LabO! Code, .~ 401.011(44) (5) Coverage .!greerrrem-A \\.TIuer1 :!.gree::lent on form nVCC-81, form TWCC-Sl, form TWCC-S3, or rarm lWCC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Lilior Code, Chapter 406, Subchapters F and G, as one of employer/employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration at-the project-Includes the time from the beginning of work on the project until the work on the project h2.S oee:1 compie~e~ ,,-,d accepted by the governmental entity. (7) Persons ~roviding se:yices on LfJe project ("subcontractor" L': 9 406.096 of the Act)- With the exceptlon of persons excluded under subsections (h) and (i) of this section., includes all persons o~ entities perionning all or Dan of the services the contractor has undertaken to perform on the proJect. regardless or '",hether th2.t person comrac:ed directly \l.;th the comractor and regardless of whether that person has employees. TIis includes but is not limited to independent contractors, subcontractors. leasmg comcarues, motor earners, owner-operators, employees of any such entity, or employees of ?nv emny ficrr.ishing per~ons t:l pe:form sevices on the proje::t. .. Services" includes but is not limited hno:/ !\lI'XW scs. st.::tc t~ c.:s. i ac/2 3/111 10IB/] 10. II Ohtml ~iOTrCE TO CONTRACTORS - - Revized 1/13/981 Page 2 of 7 817/98 s ~. Page 2 c:- S ~- ". ". 'or .--, o.p;;"p. .,.,.., ~ l' ..... ~~~,,........,. .' ......-...... .;' 1 b . __un,:" c ~___llng C'",uI:JI..e;J. c. ...__...:11S. cr_. ~ \lGmg e or, :.~'scc:-:;:::cn. or oth~~ . ~~:::: ~= :c a oroJe~:_ ~ ~".lces does not :..-::::.;.;e aCtl"l;::::~ '.!:--:eiated to the proJe::.. s:.;cn ::.s '':':e~:.: ~ i~noors ;~ce suopiy deliveries, 2--:: celivef\' cr ::or..zo!e toilets. s,::\~ fCJQ (8) P: Cle:::-- ."c!udes th,,: prc',1Sion of ill sefVlces ,e::::ed to a Ci..:i1ei.ng or construCTion CC:;:;-act tor a gove;:"'_~e:::2C e:1tlty (b) P: c;\'iQir:~ 0:- causing. to ce provided a cenifica:e o( coverage ~ursuant to this rule is a represe::C2.::c:: bv the insureci :hat all employees c{ :.":e insured who are prO\-iding servlces on the proJe:: ~e c~':ered by h'orkers' compensation coverage, that the coverage is based on Drooer reponmg Ofc;::.ssUlcation caces and payroll amour.:s, and that all coverage agreemems'l:e~e been filed Vlith tbe ap;:ropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Se~~Insur;:....~ce Reguiatio!'~ Providing false or misi~ding certicates of coverage, or fulling to provide or r.:aimain requIred coverage, or failing to re;:ort any c:--.mge that materially aneco..$ the proviSIOn of CDverage may s-.lbject the contractor or other person providing services on the project to admirJstie.::ve cenalties, criminal penalties, civil pe:1alties, or other civil actions, Cc) A I!over:-.:::e~tal entity that enters into a buildi..:g or consrruc-...:on contract on a project shall: I) inc:ude tr. ,:le bid speciiicatlons, all the provisions of paragrzpn (7) of this subsection, l.;sing the :anguzge re:JUired by paragraph (7) of chis subsec::iGu: (2) as Dart oft..~e contract., using the language required by parag:c.ph (7) of this subsection, require the contnc:or to perform 2S required in subsection (d) of this section; (3) obtain :TO:Tl t..'1e contrac::or a certificate of coverage for each person providing servlces on the projec:. prior ro that person beginning work on the project; (4) obtain frem the conrrac::or a new certificate of coverage showing extension of coverage: (A) bc; c re tt:e end of the ccr:-ent coverage period, if L1e contrac::or's current certificate of coverage shows thet ll:e coverage per.od ends during the duration of the project; and (B) no iater &.2.11 seven days a...ier the expiration oftbe coverage for each other person providing services on the project whose current certificate shows that the coverage period ends dwing the duration of the project; (5) retam certiiicates of coverage on file for the duration of the project and for three years thereafter; (6) pro\1ae a copy of the cer.iiicates of coverage to the commission upon request and to any person enutle::: :c them by law; and (7) use ,he lz...,g-Jage contameci U1 the folloVling figure 1 for bid specrncations and contrac:s. ';...;thOUL any additional words or changes, except those required to accorr..moQate the specific document in which : L~y are contained cr La impose stricter standzrds of dOCllr:1emation: n8S 1 )]] l](c)(7) tbl http/i'v'''''CV sos_s:2.te.LXusltac.i~3/II/] 1 OlE/! ] 0 I] OhtrrJ NOTICE TO CONTRACTCRS - 3 Revl..sed 1/13/98) Page 3 ot 1 8/7/98 _T.. IlOIlO Page j of6 ) .\ comractor sn2J.1 . I) provide coverage ror its empicyees providing services on a project, fe: ti:e duration of the project -:::..see on prope: re?olLtng of cla..ss~c3.::on codes and pz.;.Toil amounts a,;-:d e::g of any coverage ::greements; . 2) provide a certificate of coverage s~ov.ring workers' compensation coverage to the governmental e:1tirv prior to beg:inni.,g work on Ge ;::oject; ()) provide the governmental entity, p;ior to the end of the coverage period, a new certificate of coverage showing e:aension of ccverage, if the coverage period shown on the contractor's CUrrent certificate of coverage ends during t::e ciuration of the project; . (4) obtain from each person providing services on a project, and provide to tbe governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity wiil have on file certificates of coverage showing coverage for all persons providing services on :::e proJect; and 113) no later than seven days after :eceipt 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) retam all required certificates or coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in MiOOg by cenified mail or pe~ona1 delivery, within ten days after the contractor knew or should have y..nown, of any change that materially affects the provision of coverage of any person providing services on the project; 17) post a notice on ezch project sile informing all persons providing services on the project that they z..re required to be covered, and stating how a person may verify cwrent coverage and report failure to provide coverage. TIlls notice does not satisfY other posting requirements in':posed by the Act or other commission rules. TIlls 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 Eneli<e:h and Spanish and any other language common to the worker population.. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each pe~on working on this site or providing services related to this construction project must be covered by workers' compensation insurance. T-is includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service ;elated to the prOtect, regardless of the identity of their employer or statuS as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to re~e:Ye information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage" ~ttp'lIWW"W"sos.statetx usltacJ28!IT1110fBlllO.110.html HOTIC~ ~o CONTRACTORS - B Revised 1113/981 l'aqe ~ ot 7 8n/98 :':31.:',( .:) 110 page 4 or b 8) cc :."ac:t:2.11y re~'.;~e '~'::1 ;;e;<cn '.'mo \\'r.01.: :: conrrac::.; ::; :=ro\ide seryices 0:: ::. ;::-oject to: iA) Pl.}vide coverage oasd on prJoer reporU..'lg of classification cades a.'1d payroli a.,,::ounts and filinl! of an) c8verage agree~e:::s ['x ~:: of i:s employees proviciin; se:--/ices en [he proj ee:. f::;r the dura[ia~ .)f the 8rojecr. (B) pr::;\;de a certiiiC<!.te or" ,:oyerage to the conr:actor prior to that person beg:i.nnL-:g ';..ark on the proJec:: (C) inciuce in all COUU2.CS ,0 provide sc:--lices cr. the projeC! ,~e language in suose::;-..:on (e)(3) oftrus sectlO,_ (D) provide the contraet:., prior:o the end ofu~e coverage per1oci, a new certiiica:e of coverage showing extension of coverage, if the coverage period shown on the current certiiica:e of coverage ends during the duration or~the project: (E) obtain trom each other person "'1m whom :: contracts. and provide to the con:rac:or: (I) a ce:uncate of coverage, prior to [he other person begin.~'1g work on the projeG';; ::""ld (Ii) poor to the end of the coverage period, a new cenificate of coverage showing exte:o.sion of the coverage period, if the coverage period shown on the curren: certificate of coverage ends during the duration of the projecr; (F) ret2in all required ce:-.iiicates of coverage en file for the duration oime projec: 2..."ld for one year there2...'1er, (G) notify the governmental entity in \Vfiting by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person proviciing services on the project; and (H) comncrualiy require e.;l.cn other person with whom it CDntrac-.s, to perform as required by subparagraphs (A)~ of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shalt (I) provide coverage for its employees providing services 00 a project. for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree::;.ems; (2) provide a certificate or coverage as required by Its contract to provide services on the project, prior c) beginning work on the project; (3) have the following 121lguage in its contract to provide services on the project: ":Sy signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contra:: who will provide services on the project will be covered by workers' compensation coverage http://v,,,vw5os.state.tx.usltacJ28fIl11\OIE1l10.1 lO.html NOTICE TO CONTRACTORS - B Revised 1/13/981 paqe 5 of 1 817/98 i,..'.J...."'.'- ~v.ll'J r-age :) or 0 cor :::~ :'..:ratlon of :..::e oroiect, ,h;::lt the ;:;c ',eral?:e will be 8;?Sea on proper reponing or c!assification ,odes 2-r.O oavro U 2..:::o~nt~, and that all coverage agreeme::~s '.vill be filed with the a!,propriate msur2..::ce ~er or, :,.. the case of a seif-ir..scred, with tbe commission's Division of Self-Insurance Rel!t:.!2.uon. Providing false or misleading i.""iormation may subject the contractor to administrative pe;ai~es. criminal I=e;a1ries, civil penalties. or other civil ac-..:ons." (4) provide the person for whom it is providing services on the project. prior to the end of the coverage period sho'WTl on its current ce~cate of coverage, a new certificate showing extension of coverage, if the coverage period shown OJ: :he certificate of coverage ends during the duration of the proJe:: (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person begioniog work on the project; and (B) pnor to the end of the coverage period, anew certificate of coverage showing extension of the coverage period.. if the coverage period shown on the current certificate of coverage ends during the dtll2.tic.n of the proj~; (6) retalIl all required certiiicates of coverage on file for the duration of the project and for one year thereafter, (7) nomy the govem: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 'With whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for ail of its employees providing services on the project, for the duration oftbe project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the language in paragraph (3) of this subsection; (0) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage pe:iod shown on the current certificate of coverage ends during the duration cfthe project; (E) obtam from eacn other person under contract to it to provide services on the project, and provide as required by its contract (i) a cemficate of coverage, prior to the other person beginning work:: on the project; 2lld (ii) prior to ~e er:d of the coverage period, a new certificate of coverage showing extension of the coverage penod, If the coverage period sho'Nll on the current certificate of coverage ends during the http://\V\1,W5os.state.rx.us/tacJ28/IJJll OIEIl! 0 II O.html NOTICE TO CONTRACTORS - B Revised 1/13/981 p.qe 6 of 7 8/7/98 '5 !A' l~iJ llU Page 6 of6 duratlon cI ::ie ccntrae: (FJ retain ail ~e:JulIed Ct' :-::..::~:es or coverage on rile for the duration of ~he project and for one year there2..11:e" (G) notify the govemme:-:::ai e::~ty in v.Titing by certified mail or personai delivery, vrithin ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person oroviding services on the project; and (H) conrrac:ually require ~ch pe,son \>lith whom it contracts, to perform as required by this subparagrapo and subparagraphs (A)-{G) of this paragraph. with the certificate of coverage to be provided to L"le person for whom they are providing services. (f) If any provision of this rule or its application to any person or circ.lrnStaIlCe is held invalid. the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This ruie is applicable for building or construction contracts adve......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 I, 1994, which are not required by law to be advertised for bi d (h) The coverage requirement i.:l this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 667Sc, to register with the Texas Depmment of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, 940). (i) The coverage requirement in this rule does not apply to sole proprietors, parUlers, and corporate officers who meet the requirements of the Act. 9 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, S 406.097(a) (as added by House Bil11089, 74th Legislature, 1995, S 1.20). This subsecdon 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 I, 1996. Source: The provisions of this S 110.110 adopted to be effective September 1, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexR.eg 8609. Return to Section Index http://wwwsosstate_txuSJtad23fll!1101B1110.1 IOhtml NOTICE TO CONTRACTORS - B Revised 1/13/981 PllPJe 7 of 7 sn/98 , PART A - SPECIAL PROVISIONS iCRPUS CHRISTI SHIP CHANNEL UTILITY CROSSING RFVISED AND ISSUED FOR RE-BID SECTION A - SPECIAL PROVISIONS A-I Time and Place of Receiving Proposals/Pre-Bid Meeting ;ealed proposals jd'Jer'Lsement invit 'he i t fice i)f the 12 I Leopard St rei ;"pc -lIs maij9d sh uld wiL ::)e received In conformity with the official i ng bids for the proJPct Proposals will be received in 'ity Secn~tary, located on the first floor of City Hall, dnlll 2:00 p.m., on Wednesday, September 28, 2005, be addressed ill t.he following manner: ily ~f Corpus Ch 1st City Se':retary's ')ffic:(,' 1201 LE'opa: d S're.)t Corpus Chr i sti, T'cxas 78401 ATTN: BID PROPOSAL - CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID !\ pn [)id ,s5ched:led fcr Tuesday, September 20, 2005, a.m. ind will be cCflducteo by the 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, "J~~c:JjltioIlaL',~r sEeF~rat~_'Ji_~.~_lions ~iJ.l be conducted 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 is 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 ----.'-- :;"C I' 'I B-1 nt the ('inerd Pruvi::;ions wilJ govern. A-3 Description of Project CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING, REVISED AND ISSUED FOR RE-BID con: L;ts of tw:) (2) Base Bids and a Deductiv" Alternate. Bidders have the opt or: 01 biddlnq () Bil:ie Bid 1 and/or Base Bid 2 (see Special Provision A- , ; Section A - SP (Revised 9/1B/00) Page 1 of 29 BASE BID 1 INSTALLATION OF NEW UTILITY CROSSING, consists of furnishing, -':5' :llnn and tE tiw' approximately 51,,4 linear feet of 20-inch (O.D.)SDR 9 HDP' water mal'l '"ing h( rizor-,tal dircct:ona] drill :nq; furnishing, installing nei 'estJ,q 3Jpr l{LrniJe~i j4 linea:: 1""1' ot l6-lnch (I.D.) Pile water mair. ,1 'P~" "'>"'ICI nq,' ElI;; S'llelg, lnsta llng, and f,eo;ting approximately 5144 'II r Le,ce" ! l(J- llcel (U LJ.)SDH 9 HDPE wast'~water force main using '1 onta 11','1; flJ'nJ~, lng, instdllinq and testing approximately 200 n, ~c,")( 1:C inC'1 .D.) pve wastewater force maln using open trenching; n etl ,ist ICe; Well,,) and waste'water 'istems; site restoration, 11 ng a1d ); cr app;rt"nalF'fOs; and ill tallation md maintenance of traffic ,n ,.J] and .';t ,un water :,ollllt J on preventIon measures; in accordance with the r: ar Spt~(~Lfil at ,-)nsf and 'ontract. docurnents; BASE ~ , BID 2 REMOVAL OF EXISTING UTILITY CROSSING, consists of cleaning, ng, ar'd em"vine: twO(?) l2-inch utside diameter steel water mains, L- cr litsi:ie dlameter steel wastewater mains, t_wo (2) lO-inch ie dlametE' 'eel gas mau'.-;, and on,,"{]) fire alarm cable from underneath ),.)11 Olll wo wlthir; the side slopes f the Corpus Christi Ship Channel 'com ('Ii shcC'e. (Ecch pipeline and cable are approximately 980 linear feet Jeten:llned by a hand-he I d GPS Unit) above ground horizontal distance.) cest,)ra'ion; mal'1taimng and re-estabJishing slope stability of Ship leI side slopes; maintenance of traf ic control and storm water pollution ntiar. meaSUI< s; :md dredge material disposal In accordance with the spec'ifteati -ns lnd "o'ltract documents; pI,re- t "a t ',e dl,d (as SIte ':r::lr. . f.JLev p J.n BASE BID 2 - DEDUCTIVE ALTERNATE NO. 1 - REMOVAL OF EXISTING CROSSING _ MODIFIED METHOD <Ins ists of leaving pipi ng, cabling, and other appurtenance. With n the Side-Slopes of the Corpus Christi Ship Channel 'apned ,ind ibdJlduned ~n pl aeEl in lieu ot removing said piping, cablLng, ane; appurtenances and re-establishing Ship Channel side- slopes, 1 n,ccardancE' wi t,h the r:lans, specifications, and contract -iocume'lts, A-4 Method of Award 'h, J jds Will f,,' E'.alulte.j La ,:eeJ on the tollowlnq c,rder of priority, subiect tl avalLlfl'1t\ of tlnliri<l' 1 Total Base Bid 1 2. Total Base Bid 1 and Total Base Bid 2 minus Deductive ~ternate No.1 3 Total Base Bid 1 and Total Base Bid 2 The C ty reserves the right to award two:.;eparate contracts (one for Base Bid J dno !me tor Base Bid ) f,) two separate:ont ractors. The j [r..og d:lV.,n' lty re.'ierve, Larities Jnd 'lgeous to the the right to relE"ct any or all bids, to-iccPpt the bid whil:h, in the City's opinion, eit, and in the best interest of the public. to wai ve is most Explanation of Proposal Base Bid 1 Installation of New Utility Crossing: Consists of furnishing, insta'ling, dnd tf sting ipproximately 5144 linea! feet (as measured by Lor iZ( ntal db'.Ne qrund st ai'Jht line distdflce from driLl entry to drill exit pClnt of 2C-inct: I.D. SDR 9 HOPE water mains using horizontal directional drU 1 ng; furnishin-~, instalIlng, and testing approximately 340 linear feet of U Lnch (I.D.) PVC water main USlrlY conventional open trenching and furLi~ning, Instal ing and tc'sting approximately 5144 linear feet (as mf,asuJ2d by hori:on'al ibove qruund strai Jht li'le distance from drill entry ir j 1 ex 1 c.! i n ,t i 6 1 n:n (0 _ [). ) luai '~'aste water force main using Section A - SP (Revised 9/18/00) Page 2 of 29 r)(. C j 'I- ;) r J> n il-'pt-: t :,rTi t,ntal _,itCCl _-. ima t,d y Ii 0 conven t iO:'lal : f~ndn{:c Ind '"rate pc,] ut ana ririll ing; furnishing, installing, and testing inCH fec't f 12-inch (I.D.) rve waste water force main open r relleh I ng; connections to f'xi sting water and other lns 211 Lat i un and maintenance of traffic contc:-ol plan and )n 1-'1 C\ en! i measu rec' Base Bid 2 - Removal of Existing Utility Crossing: Consists of removal of 8X S' :ng ut~iit e ossinq ce,nslsts of removi.ng two (2) 12-inch (0.0.) steel '''die malns, tw::! 2) 0- :1Ch (C.D.) steel gas mains, two (2)12-inch (0.0.) j,'e was, '_liHer maUlt, and one (1) flre alarm cable from underneath the uct" of "no t'OrT! within the side-slopes of the Cor-pus Christi Ship Channel ud tram on-shote. EaelL pipel UH-, and cable are approximately 980 linear feet (ii; termined 'oy hand-held CPS unit) (above ground horizontal distance). i\] ';0 ~ncludes : itl re tenat iell, maintaining and re-establishing side slope iLlb~ 1 ty :"f ship chalirJcl side slopes, maintenance of traffic control and t 'H water pc,ll ut.1 )fI prevent ion measures and dredge material disposal. Deductive Alternate No. 1 - Removal of Existing Removal - Modified Method: ~anssts or leavinr: piping, cabling, and ather appurtenances within the side- 1 upc' c of the q is (hr st 1 Ship Channe 1 capped and abandoned in place in I~U If removlllg said plplng, cabling, and other appurtenances and re- 1 al ishir,q Ship (-)ann,~l3ide slopes. A-S Items to be Submitted with Proposal I"hc LlowJnq item: <:iI:Ee re=!u--,iJ'~d to be submitted with the proposal: L 5% Bid Bond Proposal) (Must reference Pro;ect 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 ['he w1rking timE L r ce,mpJ eLlon 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 'ontractor shdll ,:ommenca work within ten (10) calendar days after : e.,'ei L of wri tLel' no Lice from the Director of f.nqi neering Services or de,c;igill"e ("City ":n9 neer") to proceed. i'o: ach :alendar day tncH iUll work 'cmains incomplete after the time pe j' cd n the:' 'ont:1 act for completio:, of the work or after such time perie,] as c:xti,nded puu;uaJlL other provisions of this Contract, $500 per a i endar day wi.!l e assessed 19ainst Uw Cont ractor as liquidated damages. 'laid liquidated damages are not imposed as a penalty but as an estimate of the d,mage~; I hat U"o Ci ty will sustain from delay in completion of the work, 'dh ch damages by their lat.Jre ,~re not. capable of precise proof. The Director f En'lineering SenLces (I:ity Engineer) may \"ithhoJd and deduct from monies "t hc,rc" i se dlle r-h,o Cntrdctnr rrlE' amount of liquidated damages due the City. Section A - SP (Revised 9/18/00) Page 3 of 29 A-7 Workers Compensation Insurance Coverage Il empl lr;j n'~u ne (cntract wO' kllq :~' s we J b'L comper'l'idtion insurance coverage for its ',n 'Ie p, l""t is terminated or canceled for any reason, ,,01 k, l' .mpen.sat lor; j nsuranCE-' coverage meeting the t lS or t r~ lC IICI Jt ffect,n the effective date of )) th,. \oK rkers' _,umpensat i 0; insurance coverage to be replaced, :"nt ra tat ,'mpJ'F'p not ';n'ered hy the required workers' r; ur,incc :O",'[.FJf' rnllst n,t "('Iform any work on the Project. yees ;:-e :::::-1 d c:-em{;;-l ~:,j_ (lC". r emc~ n lati))) any then ~(1mp; f Sill- i,)n FL~t_! srmon~, ,eh al",ndar 'iay includiny and after the effective date of u~ -m natJ.on )t c ,nee llat.l (Crt ,jf the ontractor' s workers' compensation ,rsu 'Wet' \/'.:'r1ge for 11 s employees W,) kin.'] on the Project until the date ::-epl.Lemen;' h'"rb--c's' ")mpensatlon Insurance coverage, meeting the rcqu remeni,,; )1' th s (ont lClct, IS ire effect for those Contractor employees, Llqu iated danaCles i.j 1 th assF'ssed dCJain.;t and paid by the Contractor at the ')1 qh. t dol J l' at cl :;ev.hel"" ,;peci t led in thi s Contract. Such liquidated ,jama",=s wlll acclllfluL1Le V-lithollt not.lce from the City Engineer to the Cent 'letor and wi 1 be isse sed and p, id even if the permitted time to ~omp te the PI' je, hz,s tJ,t explred. Ile erm] c s llb('"nt act rs '. n (j i . 1 .:iua ] W()r k.i n I f:,'.lUl Jf)ce j no n If ,5 flf:; or,',v ~led tc tLe 0] r-l t- o ] in a orciall ';0 w, th otn."] reqIJ it (.!ment '; oj this Contract, the Contractor shall hers t c wurk Uti thE' Project unless all such IT ""ject alE covered by workers r compensation rC'(julred documentation of such coverage has been ;Jrd the Ci ty r:ngineer, A-8 Faxed Proposals Pr ,.'p' Pr' 'Pc aCCOl 3.1s taxed d -i-lLs FFlst on .iance W l t h Sef rec' ain Lon ly t, I he Cj::.y orlglfldl SiglldtUU 8- of the General ~llJ be considered non-responsive. ., and quaranty and be submitted in Provision". A-9 Acknowledgment of Addenda The ontra,::toc sholl ,cJ<,'lc.,j]"iqe receip" ')1' al.1 addenda received in the apprcpriate space provided lr, thl' prcmosal. Failure to do so will be lnt elI-ceted as r,'::>n receipt ,01 n addenda c:an have significant impact on the pr:.,pe,al, tallure ) dt kl)('vd,'dqr receIpt, and a subsequent interpretation of nOl-J ',:ei pI, do haVE' H: dolversf' effect when determining the lowest e"'pc ible ['Ild"l A-IO Wage Rates (P~'vised I /~)/ 0\ Labor preference d1d Offshore Construction dSf' higher ~a(F' 'at '..Jaqf~ rates and Dredging. fOl Heavy I n case Construction, of conflict, Heavy Pipeline Contractor shall t-ll!LlIllUfTl Pr~v~~ 1 in<.L,wa<re Seal es The CC':cpus l1u:istl Cit / COlinC] L has determined the general prevailing rmm.mum hourly wage rat,='s for Nueces C,:ount y, Texas dS set out in Part C. The Contractor and any subcontractor must 1,',1. pay less thai' tilc, specifiej wage rates to all laborers, workmen, and mechanics enployed by LheJfl U I t. ,e execution ,e)f the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, loJorl<J/BI:, or rrechanl" employeD, Lf .'iuch person .is pa,id less than the specified rates for the rlassitlc2tion 'Nod J=E!rforred. The ContrdC'or~ md each subcontractor must keep an 3ccura. record s:lowinC! the n,:JmE',: iilK! ] assi.f lca,t 1 :,ns of all lalKJrers, workmen, and mechanics employ,'d by them if cu,nect 1011 'vi III i '!f' Proieel LI1d showing 1 he actual wages paid to each \-Ior ker Section A - SP (Revised 9/19/00) Page 4 of 29 Ti,l' \ )ntract orNi '1 rrHke ii-weekly certified payroll sutmiLLals to the City Engineer. The :::ontLictor '~lll ci 1 so lbtcl1[ :::opies of such certified payrolls from all subcontractors and oUler worbnq on the Projt,ct. These docurnem.s W] 11 also be sutmitted to the City Engineer t)J"WCI 1'1. ISee SF'cti n fe't Minori.ty/Minority Business Enterprise Participation Policy for -lc!c1 it '[la L r,o'-lu 1 usnenl ,:on -,?". i nq t he proper four and content ,.)f the payroll sul:mi ttals . ) )nc di ,j one-nalt ( ':? exce~' 01 1C [!lUL- If Se(.ti r 8-1- L, :;eflnit times t:le specified hourly wage must be paid for all hours worked in anyone week 3:1d for all hours worked on Sundays or holidays. (See on ot TErms, and Section B7-6, Working Hours.) A-ll Coq:leratian with Public 1qencies (Revised 7/5/00) Th.. C ntractor sha j I (, operate wlth all public and pr i vate agencies with facilities operating '",i Lhi the.wllts of the ProJect. The Contractor shall provide a forty-eight (48) hour not ie' to aLY appllcai Le aqency when work is anticipated to proceed in the vicinity of any fae i 1 t Y by using the Texas One-Call System 1--800-24~-4545, the Lone Star Notification .'mpa; !" at 1 -'lOO-f',G9-8 '44,md the Southwest.ern Bell Locate Group at 1-800-828-5127. For the .'Ol'tr tor's ,:onvernen '0, t-le f)LJo'",inq telephone nurrbers are listed. ,'ity ErlgulF~-'r Project B1g.i.neel Shiner MoseLey ill Ie:! .l\ssociates AJ Ian Hayes, P. F; Traffic Englfleel mg f01 ice Cepartmer 'tlater De],)d r Urent \'iastew3ter Servl :es Dl vi~ion (ias CepartJrent Storm itlater Department Parks & Recreatliln Cepartment Streetc; & Solid Waste Services C.epartrrent .;EP 880-3500 361-857-2211 361-857-7234 880-3540 882-1911 8:;7-1880 857-188] 885-6900 857-1881 880-3461 857-1970 BiJ9-3856 (fax) (880-3140 after hours) (880-3140 after hours) (885-6900 after hours) (880-3140 after hours) (866-223-8508 after hours) :;BC 'ity S'Jeec [)iv. fur Traffic '~ignal IFiber C{lt] c LocatE. :ablev l:3lon ;'.CSl Wibe r Opti ) f<M:: (Fiber 4)tic! r:rande (f-'ibel Oft ie) . APRCCK iFibE'r ODe) Srocks Fiber i~t ': (MAt-J) 881-?511 (1-800-821J-4424rafter hours) 8':'7-1946 B57-5000 887-9200 B13-1124 881-5767 :'12/935-0958 972-753-4355 8:'7-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (t"bbile) A-12 Maintenance of Services The I Jntractc! sha, I take all precautions in protect.ing existing utilities, bo h jllove and hel ("'1 ground. The Drawings show as much information as can be lease'lably c,btdln~' (rum exic;tlng as-built drawings, base maps, utility rw'olds, etc. and from as much field wOlk as normally deemed necessary for hF ,ost rdCLlOf or thiS type of project with regard to the location and na'11r of lnderqrovld ufil!tic:i, etc. However, the ilccur.!3-cy.and completeness f Sl~S~~f()I~~t_icn 15 noL__g_uarante~s!. It is the Contractor's sole and 'mnpl,'e U'.'3pons i.bj lity te locate such underground features sufficiently in ~d'Jan (1 of Ill, ,;pc 3tj(rlS to preclude darnaging the existing facilities. If hi' (,ntractc! p:ice mters Jtil I! Y servicc: along the line of this work, it is ii !.'sponslbilJf:y to 'nai'ltaill the servi.::e5 in continuous operation at his -'WI' e:-:pensF. Section A - SP (Revised 9/18/00) Page 5 of 29 draw ut 1.1 th ':(,rnV 'wt,., r :::Lt., D~ punp _)p-....;a: '] flCi It re ,-0\ '(C ~- -. ,-.. "'n + damd9f' e )! figS , j i 1(' '=01 rae cor ;- ies .:lac " r. erv cc "' n t [ a ce /'. 1 y or he"t IdlderC] roun,j shal i make tnp t n c'on;:, true t- t rle iuch [ ',pa irs mu~,t <)\'1}f'S tr,'::~ uti 1 i t i.es Itilities, whether shown in the necessary repairs to place the work as Lntended at no increase in conform to the requirements of the l' ~{' I-jt. Y 9 eXlstili1 .'el-,..r8 ill-. ,'"ul!fltcred~nd are interfered with (i.e. broken, tc. } f I en^, mIst. e ma i nta lned. Sc!.o/age or other liquid must be handled COli~ . or e t 'c.::>r bj >.:mnect Lon Into other sewers or by temporary g to ;a is act, ry Jut I(.!, all with the approval of the City Engineer. "1 I j IU 11 mlJ..st [1:l be pumped, bai led or flumed over the streets i~rl~ nd ontrac~or must pay [or all fines and remediation that L f 'Wd 1e t hl r I iguid canl acts the streets or ground surface. the C ntra(tcr' responciibillty ta make all necessary repairs, 'J:lrl ad lJstrr:ent:s tn the satl sfacLion of the City Engineer at no th..' 'ont t.J{: pI ice. Materials for repairs, adjustments or t 'ew. set'vi ce 11 ties must be provided by the Contractor. uncJ sult al.sl' ation: ri -rf lse } r Ol ,t, j ()n~ A-13 Area Access and Traffic Control ,ulc1 weatl durir inc1 ( '3utfl_ient Lrcd!lC controL measures must be used te) assure a safe condition _.._~ ___'___n_. __'___'____'__ __ _....._____ ...E.ro1ide_d [1Lnirli~.:!l_of.L~~~onvenience~o.....!!:lotorists and the public. _.1.\11 r:.....a~:..e:,<' rnust..l:€ E!c'YJ.ded to ~l residences and businesses at all times j..sol2..s.tr~l.c~t iOIL-i!~l!Jding,_but ..!:lot 1~i.l1liLe(!....J:..o the Texas State Aquarium r:l?u~ Christi >!_useum f~::.ience anci.!1.i:st.CJ.EY. ,'hc.ntra::Lor wi I be ....!::."qu ired ~. schedule his operations so as to cause ",in in 'l~adverse impact~fI-.!h~._Ciccess ibi Ii tY....c2..f .~dj acent streets, including but nCL~ limited~.J:!.e.sqult~ _Street,__!iiLciehgreet, North Chapparal Street, East SUr:.!SI.<:i~_ ~()i.21e_'01.]'".d-,_.~~rl _~!r~~t, Breakwater Avenue, and Timon Roule'drd. Thi s m~ i...Q!~~rJc~.but is not._LiIl1it~d to providing flagmen, 'onst 'lCt ion of ternp~rary :'amEsJ. etc. Thi .ntra.::t r shdl ~c'!Ilpll "ith the Clt:y of I,:orpus Christi's Uniform HaITi ading StandalCis nd f'ra... ices ilt, ldopted by the City. Copies of this 'lolum""!lt. ale' J'J'i lccr:le Ihr;mqh the City' Traffic Engineering Department. The 'ortr .tor .sh3 .,eCL.!' th'. r"~cessaty penTllts trorn the City's Traffic r.,nCjLT! "ring Department I'xUOT, and Nuc"C:es County, as applicable. In Jdd it 'n, he Cont (aet,r shall compl y with requirements set forth in the i'(?>:'a~ fvlanual ')[-1 lni arm I'r It! 'ontro Pc']ices. A-14 Construction Equipment Spillage and Tracking i"h", ntra':t.<'l sh,1.1 >'.ee;:: I,he adJolninq streets ';pJll-d rnat2rLJ; ;ine t< cr from the (';flstrllction H,echa! i cal eqLipmer rTlilot tl(' Jsed where necessary Ibu )f job-relatc:d nJaterial Such wl,rk must be ;ncye,'e In ~h,. I'on rae' pc.. t1"e' free of tracked and/or area. Hand labor and/or to keep these roadways completed without any and ('uri end of the work day or more from washing into the storm washed into storm sewer is streets. ,ruc'! hi l''''lned at the c, prevent mat erial naLerLd1 that c'Juld bE' PIOjert site or adjoining ne rrequ'-I,tl V, 1 f nee,. ssar"l, sewer system. N( v sib' ,;~ j j)W';:'(1 t c ('~~ma 1 r ( O! t h( A-IS Excavation and Removals The excavated areas behlnd be i led w1th "cle~n" dirt prc,,"idlng a guod qrc '.>Ith ,t dil [',ust b". fje" O' df'L:i rhat (~i--::.t:rac:t~ 'r'-"nl i S 3.r:pe1rdCl !lJ r he; and adj acent to sidewalks and driveways must "CLc,an" dJ.rt is def ined as di rt that is capable of n.]:;:; when appli ed with seed/sod and fertilizer. The lIehe, asphalt, concrete and any other material or hamper the growth of grass. Section A - SP (Revised 9/18/00) Page 6 of 29 A ~ 'xistJ nq CConc] ,~te dnd dspr,d t w Lttll [l the llmiLc; of the Project must be rl':rlc'ed unless )th'rWl"E: "oteo, A 1 , je r t-':e r necessarj re :ova:-; Ife 'Jd'l1c] llUt not limited to pipe, lks, ~t a e t', b-? "ollsl.dered SULcoldiary to the appropriate ,ore, (j rc ~ P ''irrllnt ',',J Ii be clade 1,0 Uw Cenl ractor. driveways, bid item; A-16 Disposal/Salvage of Materials Sx:::e " excavated Dlater j al, removed pLpel1ne, cable, fencing,.., valves, rubble shortcline 'p.!:gtectlJ,I], brJken asphalt, ccJncrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed rr)m the 3ite by the Cc,nt Id"l:Jr. rhe cost of all hauling is considered subs diary: thelef re, no direct paymf'n~ \-nll be madE" to Contractor. A-1? Field Office (NOT USED) I'-fte-'~raetBr---'lfH:TSt, furni-sfi.- thc City 5nginccr or hi::; rcprc::;cotCltive ',lith ;] ficld officc .-a-t--tft+'---eBft-S-l:n+€-H-eft---site E!l.or to the atClrt of B;]Ge Bid llOrI( for hi'] - uoe~~g~l~ t:~~ojcct, including ---t+l-e--:- BCloe Bid :lnd l\dditivc M+-e-f'~ --Ne-.- 1.. .!ffie field office ffiUOt eefltClin Clt lc;]at 120 ::;quarc feet of u::;c;]blc ::;pocc. T-fle--+i€t-Ei~B-fBec -fft-l+5-E-'ee- air conditioned and heClted :lnd muot ee-f+iFniJhcd-~--t.fi-- ,Ht---ine+incd ,_able th;]t ffi€aaurca at lcaot 30" )( 60" Clod t'.JO ~;>+-, .h.:lirc .---'Aw- ,"~Bft-EraC'tcB-f- -'3-n;]ll move- the ficld office on the aite Cl3 fe~t--E-efr---b~ Ci 'j l' EngiIll:c r bf-fH:--s-rCprese-ft-hl-~. Thc field offiec muot bc I'-H-l"TH~~-~:lcphonc --\-wt-lc-~hou-F- per dClY an:;\/cring 3cr;iee) Clnd F.".X maeft-Hte---~ 1'-€-E---ly-ct--l-te-t-e-ntr~ctOL--Thcre i::; no ::;cpClrCltc pCly item for the ~!-officc, A-IS Schedule and Sequence of Construction Tr,,' -,nt ra,:t:;1 '-iha i l SUDm 1. I t () the C i t Y J::;ngineer a----wB-Fk plCln two work plans, ..)[it' ur the t->ase --jid .me: one tor Additlve Alternative No.1, if awarded, _._---_.~-------_._-_._.._,-- -_."-_.._..~-- --- ha"ed on] Y -Xi cale idar da'/s ,'FA-i.J pLln :rhese .E.l..ans must detail the schedule f w, rk and must b, submit,ed t the City Engineer at least three (3) working la','s I iOI t (, Lt". ! 'e~('n:,t nict] ')n meet ~nu l]Il}~o;.:3._~~he~is~_indicated. T-flt, Ich plan must ndi, at e th.' schedule ct the following work items: Initial _Sch~dile: Submit '0 "he Cl"y' Enqineer three : he Fre--Co!lst' uct on ~1eet lng ,3n ini t ia] Const 1 11cLion tor r'~'Jif'W (3} days prior to Progress Schedule Items to T~cl Ide: ~..__._-_.. -"_.'.~- identi.fY1nQ ':}ork ,~ctlvtlf'S ient ;,110'.-1 complete sequence of construction by activity, of separate stages and other logically grouped j' UH tlrSI.-.iOrk dClY of each week. Submitta l'at,~. nClcate submlttal dates required for all submittals. 4 ~ P.e-SubmisSlon Revise ~nd resubmit dS reqllired by the City Engineer. t' e ri ~il c _..lJ.Eda e: -ictua progre.' 3 at SlJbTnl t IJpdated COf'itruct Lon 1-'rogress Schedule to show each 'otage by pe"enLlqc aqai nst initial Schedule. A-19 Construction Project Layout and Control The mark:" hlS ;rawinqs base 1 ,aturE> , ckpi( lLnes, tc, I I'Ll! slopes, qra Jes, sections, measurements, bench a re norma j 1 Y requ ired to construct a proj ect of n E-:::~ , Section A - SP (Revised 9/18/00) Page 7 of 29 n"o sh >w' '::'++R', .",~..~ ]01' :::ontr ,ts and be'lch .narks required for setting up a project, if not on the i~,iWJ gs, ,,1 il,' provided ty the AlE Con~~ltant. Engineer. ~ Th" I'" nt ra 'r rk Ll f ~J: 'U '.;1 -J' ~ines, sl,)pes arld measurements for control at IILlng 'on tr',.:t l( ", 11 IS necessary to distc;rb or destroy a control Cle.: n' or bench ,,-,ar , ti,e :unt lactor shall -provide the filE Consultant Engineer 2-i+-y -S-~--y-B--f] 8 hou I S notice so that aLternate control points can be '"stal ! ished by the 1\/E Consultant Sngineer &i:-toy-Sur'vTyor as he deems ne.e sary, at 10 ~~ost to thf~ Contract':;r~Contro] points or bench marks lamaced as d resul oj the Contractor's negligence will be restored by the I\./E')~u~_tant E~-'~cc! 8 ty- -&tlrveyor at ~he expense of the Contractor. f. r/Jhatever, 'iascn, It necessar\, to deviate, from proposed line and ;rcid, to proper i y X(?C Jte the \-Iork, the Contractor shall obtain approval of hE 'lty Lngin,oer pI' H to devlat_ion. if, in the opinion of' the City ),;n(J ir, ,'er, UlE' reI t1] r cd deviat ion '/Joul, neeessi I elte a revision to the drawC,(lgs, the (onl-ael_,r shall provide supporting measurements as required fa tie el1 y EnglnE "[ t revise the drawlngs. The ( Jntractor shal I ti~ In or reference all valves and manholes, both exist lng and proposed, for the purpose of adjusting valves and manholes at Lhe (,)mpletion of the pdV i ng process. Also, the Ci ty Engineer may require that ~he Contractor rur~ish a maximum of two (2) personnel for the purpose of is~,i,<'~,-ng the mCdsLring:-:>f the ,>)mpleted work. Ph"" "ntra'jtor sha;l provlde the following certif.lcation for documentation Ule T'oriticaticn )f :ompliance with the Contract Documents, plans and cprcj Lcations. ,3aJ ,j comp] ance certi fieat.lon shall be provided and prepared t.y a Third Pd rt i Idependl_,nt Registered Professional Land Surveyor (R. P. L. S.) i.' ef ",d ir t heot" '.e (( Texas retained and paid by the Contractor. The Third Palty R.P.I.J. sh ,11 ne approved by the City prior to any work. Any 'ji'icr~'pan-::ics .chal r" lOted by the Third Party Surveyor and certify ampl dncs te -lIly' r..gul Ito-y permits. i'()llCv, ng is the mi ,imuHI schedule of documentation required: Was lewa t'21 : . . . 1\.1 7\L -:::a rim/lnvert (. intersecting no eleval ion eva ions at manholes; 1 j m,s l.n manholes; (t 'p )t pipe and flow l i fle) (TXDOT and RR permits) . Water: · ~l_ top ot va ve box; · .fa ves vaul ts ri,,,; .'a jng elevat on (t"p ')f pi.pe and flow li.ne) (TXDOT and RR permits). A-20 Testing and Certification iH j l':Sts requ.l Led under this l tern mUC3t be done by a recognized testing labor~tory sel~~ted by the City ~ngineer. The cost of the laboratory testing will borne by tc"C' Cl ty In t..he event that dny test fails, that test must Ce dCl"o Cover after co re'=tjv,~ measures 'lave been taken, and the cost of etps Jng will b' 1 orne hv lhee Contractor and deducted from the payment to t hf C' t rac'.or 'h" ~ "0 fl' ,nt (a,:t 1', mu t rrc,v.:dp 111 appll 'able certifications to the City Section A - SP (Revised 9/18/00) Page 8 of 29 A-21 Project Signs The fo Ll untra=tor mus "ing Jrdl-L ngc r ucl 1 DPi] lfj 'nt ra :t Th : ty E;l')lrlef r, fllLnlsh dlle] install ~ Project signs as indicated on the 'I\t t achment I) The signs must be installed before and '" 111 ie mainta l;lt,d ihroughout the Project period by ]t trIP '~ qw wi,ll be deetermined in the field by :'.~{,ns t -:h-" ,,) A-22 ~nority/Minority Business Enterprise Participation Policy 10/98) (Revised t'21.~ t lS the POl s a f f;)Jdpd parti=ipate orpus Chr ist lbjectives of 'ctober, 198c uolicy, the ninorlty dnd Enterori'ie cy f the City of Corpus Christi that maximum opportunity mine lit lCo, Nomen and Minority Business Enterprises to 'j t:le perforrnance of contracts awarded by the City of lli suppert of Equal t:mployment Opportunity goals and the Affirmative Action Policy Statement of the City dated aIld any amendmen t~ thereto. Tn accordance with such ity has established goals, as stated herein, both for femd]rc pdrt'ipati,0n by trade and for Minority Business uefinitionc; j. r.rlme_,~('ntrdctc.r: i\ny person, 3-ssoclatJon ~)r Joint Vf~nt,llre 1S award,'d Clry 'oneldet. firm, herein partnership, corporation, provided which has been r,. SubCor~,~y" 11l1Y fldmed p('r~,lln, firm, partnership, corporation, aSSOCJatlon, or jOJnt vem::ure as herein identified as providing Nork, 1 ,bar , ;ervlees, supplies, equipment, materials or any :ombinat on . ,t he f rego i nq under contract with a prime contractor J[] a 'it CO! tr !:,t, r1~~r.L!'y Bus ne,ss _~~ntPrprise: T\ businE'ss enterprise that is owned 1nd cont oIled by onp or more mlnority person Is) . Minority persons include ,Hacks, ~lexican~Americans and other persons of Hispanic Jriqifi, '\Iller Cd'j nclldns, Alac;kan Natives, and Asians or Pacific Is lLinder F,)r '-1,(' purposes of this section, women are also 'olL;ider,.d d minoI i ties, Minority person (s) must collectively ')'''}!'l, ,)PE- ate dld/,)t 1,:Lively I'ldnage, and share in payments from iuch an enterprIse in the manner hereinafter set forth: L . CJ\'med ,) F'o I ,'j ~_)US iness :e proprIetorship to (Onterprl.SCo, it must be deemed be owned by a a minority minority ~)eT.C30n. () t'or an enterpri se 'ioing business as a partnership, at } eost ",1.0% of the assets or interest in the pal~nership property must be owned by one or more 'ninarity person(s) ~ OL dli c'nterpri~)C' least ~l.O% of the han?o-i must hf' loing business as a corporation, at assets or interest in the corporate !wned by one or more minority :.....(~ r")Of! ( Section A - SP (Revised 9/18/00) Page 9 of 29 :Jllt ;11 ea he ! cirnar c1te!rnr) ;;e power, direct or rndirect, to manage a business rests with a minority persan(s) hanc if! ~iy~en~_~ t'inolct'y partners, pr"prictor r stockholders, of the 'ItCtprlse, ,i5 the case may bl~, must be entitled to receive L.O~" 0' more of the total profits, bonuses, dividends, teresl payments, "~ornmissions, consulting fees, rents, 'ocurernen', and subcontrd(:L payments, and any other 'net:r, di rribution paid by the business enterprise. ~1_lfr () r Lt..1. ,o,oe iefirl1tion under Minority Business Enterprise. Femal_~Uwn~d,J3usir1.E'ss Enterprise: A sole proprietorship that is owned ard ccntrolled by a woman, a partnership at least 51.0% of whose acset;' 0 partnership interests are owned by one or more women c aorporation at least 51.0% of whose assets or interests I [) r h. c 'rporat" shares are owned by one or more women. Joint Ve :tun': i,\ jUlllt venture means an association of two or more ,-,el';O'1S, partnershlps, corporations, or any combination thereof, t:::U:lded 0 u:( un, single business actIvity which is limited in "ope al,j ,j i re<:tl ::H, Thr, deqree to which a joint venture may satrsty the SLated MBE goal cannot exceed the proportionate i:ll.-"rest of :le MBE as a member of the joint venture in the work to Jw pel fe,med b') thE Joint venture For example, a joint venture ~nl,:h i:-; to perform ')(1.0% ,:)1 the contract work itself and in which -J. mi nuri Y OJ nt venture partner has a 50.0% interest, shall be :If.!cmerl equiv.'11ent tu having minority partlcipation in 25.0% of the "J')[K. :'!inel'it! members of the joint venture must have either finan('la, managerial, or technical ski [Ls Ln the work to be !)p>.-~orme by thE: j int ventur~' <:)als rhe cpa] fur part_i cipation by minori ties Enterpri~es Qxpressed in percentage terms 199regat;-. wor k force on all ,'onstruction .,ward an as tollows' and for work Minority Business the Contractor's for the Contract ~nority Participation (Percent) Minority Business Enterprise Participation (Percent) 45 % 5 % These go~Ls are applicable to all the construction work (regardless or federal par rcipation) performed in the Contract, including cipproved .:::hange orders. The hours of minority employment must be ~ub"t3nt lIly ur.iform throughout the length of the Contract and in "'der trade. ThE t['arrsfer of minority employees from Contractor to (OLt ract, I 0: ! rom pro jeet to project for the sole purpose of r'.f,,,t i j t ne C:'nt ract'Jr' s percentage is prohibited. ,[ , ~)mplJ:~~lce Uf:'OI! ,:omplet ) or ) i the Pro) ect, a parti lpdl,ion, cub:itdntiated by copies ;ubmitted by 'he C:()ntrdctor 10 the City f i na 1 breakdown of paid invoices, EnginE~er . of MBE sha 11 be Section A - SP (Revised 9/18/00) Page 10 of 29 TtH:' ,')nl :~'act r .shdl1 make bi-,...leekly payroll submittals to the City [rICjlIiPe, Th'-' Contractor is to indicate the percent of minority and J emal"3rt::i;;dLLc.'I1, by trddc, '.-Jhlch has been utilized on the reject Ai :)nc; Wl tr. the requec;t for fina L payment on the Project, he lfIt act ,r ,-ILl1 lndicate, In Hriting, the overall participation t-Les ,,[."ae; 'dh I II hdV" hee!. achieved The City Engineer may w1thhol monthly [loal payments to the Contractor for failure to ,'t,hmit -weekly ['dy-rolls In a timely fashion or to submit overall pC1l:tll}- jtl l'JtC,rlndtion as r,equired. A-23 Inspection Required I,P"vised 7/5/001 (NOT USED) 'flrt" .:ontroctoE- -sIuH- +tS{i-tH"€--tfte-- oppropriotc building in:]pcction:] by the But-chH-ftTJ--f.fl5f'e€+iBI' -84 \f~i-eft--Tli: the ':::1 r i au::; in te ['.[;),1 a of \lorle for lihich a ~-i'5-~F€B-Tl:fi(j -++ d55Hf'e--fr--+:icnal inapection ;),fter the building i::; ,~L,t'€4---d'ftti--Hcae:v-fB,f'--veetlponey. Controctor ffiuoL -e-Bta-in the Certific;lte of 0eeBtJdtte-'fT--wheR-.aF~p14eEtB-Jx,. Section B 6 2 of the Gener;),l Pro'.riaiona ia hereby affl""fldeti-'-~,cR--+ftat -t+-J,,; Cont"! ae+-€T,-flttt5-E- pay- a 1;' fee:] ond ch;),rgeo lc..ied by the ,~'C't'J I3ui IdiR<3'--I-ftClpc etif: n Department, and ;),11 othcr City fee.3 , including wa+e. !~,a~_;tl wdleT-ffi{ler-,fcec: ,:md-E-ap- fee:] J:] required by City. A-24 Surety Bonds Paracrraph Lw) redd J3 follows: ,f teet 1011 B 3-1) uf tile General Provisions is changed to "No surety Wl 1 b, dccefJled by the City from any Surety Company who s nO\-lin ,jef.,ull )[ deLinquent on any bonds or who has an interest in any 1 t ga iOIl dlJdinc;t the City. All bonds must be issued by an approved Sure y Ccmpdny authorized to do business in the State of Texas If performance and payment bonds are in an amount in excess f ten peL'en' (}(1%) of the Surety Company's capital and surplus, the Surety Company snaIl provide certification satisfactory to the i ty i\.tturney that the c;:,,]t:ety Company has reinsured the portion of t he lund ,mo" nt T fld t exceeds ten percent (l 0 %) of the Suret y ':-ompany's cap tal and surplus with reinsurer(s) authorized to do 0usiness ir tce S~ate of Texas. The amount of the bond reinsured uy allY "~Lr' Urt~t Iflay not exceed ten percent (10%) of the relnS'lU?l cdpitc drld surplu::;. For pu r-poses of this section, the ,mount I dll wed :apl t c3] cUtd surpl us will be verified through the Lat c P, dt j if ins1lranCE' as of the date of the last annual tatutory t in,ncial statement of thf' Surety Company or reinsurer iuthori ZE.d an" acim it t ed t do business In the State of Texas. The urf't :;hd' I 1'~Cii(jnate an agent who is a resident of Nueces County, fexas Each bond :nust 1)" execuU:d by the Contractor and the .urety, . c)r con ra::ts 1 n excess)f $100,000 the bond must be xecutcrl b~ d ;urety company that is certified by the United States :ccret iJr\ )f th," Tr PdSUI y or must obtilin reinsurance for any iabilitj 1n .,-"cess f ~lOO,OOO from a reinsurer that is certified uy tlw UnIted States Secretary of the Treasury and that meets all the above leqLlrements. The insurer or reinsurer must be listed in ne FedeLd Fi.'gister a, hclding celtificates nf authority on the '!3t,' thE' b.,ndJas s:cued" A-25 Sales Tax Exemption (NOT USED) SeeB++ft--R-e-2~7''t'n-)' ~pt+ett, Pro'v'i::;ion, i:J deleted in ita cntircty ;),nd the f&lw<.Jing GUb::;t~4-rn-+t-eB-++'crcof. Secti.on A - SP (Revi.sed 9/18/00) Page 11 of 29 G-8fttc-h:'-~_c4:-5-- l-e-r rfflf'HwetlH.,-fi+f'- +-erea-l- fH'-BfK'-l?-tY ,:HJJ.rdcd by the City of Corpu.3 ~.~ t- de--ft-e-t:,--4"tlctJc-4.+y -WE c;re:npt:con:.> of .s-a--lefr, Enci.se, J.nd UDC TJ.JCeD unle.3.3 tftt,;-':ontroctBr-- e-:l:-t: (~-t-s-- -f-&- opcr:ltc undcr-a--scp,:u;1ted C€>fltr;1ct ;1::; defincd by Setctc '7Ft--3--~i -B-1 ---E--haF>~:-- i-i--- Ta><--l\dminiGtrotion --*- Ti tic 3 q, Public Fin;1ncc of 41+'- !'-H-a-;3--_l\..dffi~ ,u-t-i-v-e---~,-or GUc!t----B+-fier-F-H-l-e-s- e-r- regul;1tiono ;10 m;1y b-e P-FAffHi~~-te-d- -B-Y -f' he .;.cm\f'f:rE.I--l-eE '::If PubL_c ,ncco:Jnlo-s--e-f- 1'-e-~- :jc t)" --t~&R-H:"-j-e--t-e-f-{' I:-e--e--lo-s--+~~-B-H+le-T d----5-f"'~aro.ted contr;1et, he GhJ.ll: ,~''''-'"-1t€---fl€':CC;:~HY "",I-E'-5 -t-a-7<- pcrRlitCi from the Sto.tc Comptroller. ,""^_. i-tie-fit- t ~ t-f+- .-ft.€.--_.--dWEopriatc ~pJCC Bfi------t-I=te- "St_.Jtcmcnt of H.:1tcri.J.lc .J.nd '!E-Re--r--+'ft-a-H~" -:H' ecfte-- pecpo::;ol -form thc co::;':: of m;1tcri.:lls phyoie:1lly ] n corp 0 F-d-t:ee--: A-t-B--- ':::-fie-- --P Fe--je e 10 . +; l'rovide- ~'---ee.Bl--i-€,.rt--e--s to GUpP l i or.:; . 47- -- -PR7If-'i:-t-ie----t-he--( r-t-y-~ :::OplCD of---fltaFcrio..l-ifWEliccG to ::;ubDtJ.ntio.tc the pro po_: (l-+--vi+-l--rl-+' ---e-4:-- ffi<H""f""' F-\--al-s ' -I-f------8..'-----+~HBtFd-."!-h't-F---~~___et to opero.tc undeF- ;1 Gcpo.ro.ted contract, hc ~ t:'d-Y f-EoT--+H -&a i-e-s,-trxr-ci-5-f', --ttftEl----l:I--s-e--1'-a-*€-5---J.pPliccble to this Projcct. -~'n+-b--j-€+i-H 'i- rce e-l-i"TiJs-J--e-- -tor G;1 1 e:::; - ~-~)CCHlpt-i-B-A-s-- if thc subcontr;1ctor .+1-fiB- t~e-s----w~, - -E:fte - ,tbuve- requirementG, Thc Contro.cte-r-- muot iooue 0. r-e,,-a-i.. e-e-rti-f-.i:-e",.H:-e --t-e- --t-h-e-- 'J-B-fh~a-c-4cB-r -a-R-&-- -t-fie--- Jubcontr.:lctor, in -tl:H'fl-r- ,5-S-tKi -d-- r-e5-cl+e - "-'-E'Y t --.i---E4ea-B' Fe-- h j G GUpP 1 i CF, A-26 Supplemental Insurance Requirements C'o 3ch i:1surailce ~~cci JJ~':)V i sinn endorsement ta th0 "tdti'Hl: coveraqe orovided in accordance with Section B-6-l1 and A-59 of the Contract. the Contractor shall obtain an appl;cable insurance policy, signed by the insurer, n U~. estrJct ovenal't~ !lclng~ t he o of canceLlation in~;urdrcE- afforded ma l, I' r L (, r 'N r i r t p n or material change that by this coverage po.rt, notice of cancellation reduces or each insurer or material e'Jent Nime: ity I:orpus Chdsti Engineering Services Department I\ttn: Contract Administrator Aldre s: P.U. Box 9277 "OrplJS Christi, rexas 78469-9277 N'dnbel 01 ddYS advance notice: 30 The C .ntrac':..o[ shal: provi,jco to the City Engineer the signed endorsements, or of'~e thereof .-ec ified by the insurer, within thirty (30) calendar days Hfter the date th0 City Engineer requests that the Contractor sign the lr-1:r j t document s. Wittll thirty (_' ) thar lee COnLtdC' or the ty F.ng i nee I' C:ont..r,,-.tor provLde emp o. ,~es ,1 f 1 ("')r! t r t ca ]'ndar jays after U,e date the City Engineer requests si<Jf\ tile Contract documents, the Contractor shall provide with j certi ficate 1)[ insurance certifying that the 'Norker's compensat10n i.nsurance coverage for all 'on! ract 01 employed on the Project described in the Section A - SP (Revised 9/18/00) Page 12 of 29 fli ;ch insu:~a Ice ct 1 the <~or -1(I"1i nce lonal lonaJ P' L' y, in:-SUlea 1 n~-:lJ_r ed :.;OV( raqp provIded }n accordance with Section 8-6-11 of the -~rac' or sha 1 L obtai f) an endorsement to the applicable signee; ly -~he insurer, stating that the City is an 'JOck, 'he ]!I,'urance po[jcy. The "ity need not be named as )n v;orker's ~ompensat.i('n (~()verage_ \l ic!' i i _:e,:'t )nlrcclual _.n 8-6-.L] ab i ,11 'J Ins rance CO'Te::-age f the Contract, the obtained in accordance with Contractor shall obtain an I,do 2rnenl~" Ini cc,,"erdge sL-lting: 'ontractor agrees to indemnify, save harmless and defend the City, ts agents, :,orvants, clnd employees, and each of them against and f,oid 1 and them harmless from any and all lawsuits, claims, 'iemands, 1 ial: ! Ii ties, losses and expenses, including court costs Ind attorneys fees, for or on accoun~ of any Injury to any person, r any (jea h ,t a-IY timE' resulting f rom such injury, or any damage r 0 any t>ropel y, Whl eh may arise or which may be alleged to have Irl sen,ul c t or lIe connection with the work covered by this ontract Tile 1,)rt-rgoin<] indemnity shall apply except if such ~njurl', death or damage IS caused .Jirectly by the negligence or ther fault 0 the Ci.ty, its agents, set~vants, or employees or any uelson indt'mn, fied ht rCllnder. A-27 Responsibility for Damage Claims (NOT USED) P-a-hlCl ~C1ph (a) Cene r:ll Li~bi lit Y of Sect Hln I3 6 l1-----e+ the Cener.::tl Pro'.rioiono is CHh' cHtle-4- -F-e---i A e+tttcf€-+ i'OFl~t:c~F~d€-h7-f'--ff\tl)Ho---F-r&\f4cEie- Builder's Risk-ee-veratj€--~for the term of the C~'tet--~-t e--aR4---ffie-luding thc d.::tte the City fin.::tlly .::tccepto the L'roject or-~- Bai.ldcr's Risk -eo-ver:lge mUDt be an "1'.11 Rio)(" form. CeFl~Ho--~a-H:-cooto neceooO,ry to procure :::;uch Builder's Risk ()overaqe,n--Hte--J-I:l€I-Hl.-i'j--afJ.-j>'-deductible. The City must bc n;:1med :lddition.::tl ~fl--5-H-Rcd Ofl- a-&v~:l-e-+€-s p-FB-V~i-4ing ::;uch in:JUr~nec co,;er;:19c, A-28 Considerations for Contract Award and Execution aj I::>w t'1e Cl 'y (-:ngir;eer to determine that the bidder is able to perform ligal I uno; un.ler '~he proposed contract, then prior to award, the City >,nGlr--e,r may req'Jil'~ aiJldder to provide documentation concerning: -"heth"r clny I ens haJe been filed against bidder for either failure to ,:,ay for ser vi, es (r rr,atclrials supplied against any of its projects begun ,-iithin '::he pr'cedElg t~wo (2) years. The bidder shall specify the name ind addresi' of the party holding the lien, the amount of the lien, the ")asis fo' ! he lie! cLaim, dnd the date of the release of the lien. If ,ny suc!'; ] Ler ha~, n.)t been released, the bidder shall state why the laim hd C\,Jt ;,'}een paid; ,;:tnd ,~hethE,r then.: are dny outstanding unpaid claims against bidder for ervices or ffiacerials supplied which relate to dny of its projects begun vi thir the pro cedlng two (2) years. The bidder shall specify the name lrld addres:, 0 thE' c aimant, the amount of the claim, the basis for the laim, and an xpl~natlon why the claim has not been paid. bidder may a Ls, be n-'qu i red to supply construction references and a f irnn al "tatement prepared IlO later than ninety (90) days prior to the J l / 1':liglneer "3 request, signed and dated by the bidder I s owner, president or Lher authorized pa tv, ';p,'cifying all current assets and liabilities. Section A - SP (Revised 9/18/00) Page 13 of 29 A-29 Contractor's Field Administration Staff ['Li' >ner" 'U( 3tdf' supe }( 'el ! -if;! c' sh" 11 nl enii(~nt If ty 'rnpLoy tor this "nd foremen Encl.ineel Pr'oJcct, wh,) are 3.5 its careful field and administration competent and I'r 1:. e [ 1 'I 'or wh eh the 'vI Ig: lty Sng neer makes this determination may if 1 le ((l( he "uperl Itfden rn:s! have at least five (5) years recent experience fI f (.l,j"an gem'.flt and oversight. of projects of a similar size and omplexi y t, th s Project. This experience must include, but not ',eces3arll..' llmit,d to, :,.:hedull!\lj of manpower and materials, safety, oordinati"n '.)[ subcontractors, cHid familiarity with the submittal ['oee3S, ["de:.-al Clnd st.)t.:! wage tc requirements, and City contract lose )lj"T"- f\ro edu es The supel uiter jent shaLe be present, orl t he Job site, at all times that ~ork ,; he ng performed F'oremen, "xper ience f dti 1 i z(.d, shall have at least five (5) years recent in simllal work and be subordinate to the superintendent. F'orcm(~r! 'a!fno act d hE C t s.Jpellntendenl '.,,;ithout prior written approval from iie> un. "tollier, [nq L[I (~r, Phe ',uLst f:Ut ions or rl w:itinq I'll i'1 J E nenlIrl} thes(= requirements wi L L he reviewed by the City 'ontcaetor's Lleld adminl';tration staff, and any subsequent r~placoments thereto, must be approved by the City Engineer r '0 l1cn uper intenden: d:;suming responsibilities on the Such written approval of field administration staff is a prerequisite to the Ci ty Engineer t s obligation to execute a contract for this Project. I f such apprO')d] is not obtained, the award may be rescinded. Further, such written approval i~' d 1 s ri"'ces.sary pr ior to d change in field administration staff ,lu: in.; the ~erm of thi Contract. If 1 he Contractor fails to obtain prior \.n tt approviJl f 'he City Engineer concerning any substitutions or 01'12 .mente in it [i Ld adlTil;]istratioll staff for this Project during the : emf lh,:: ntl let, Sllch failure ':on~3t itutes a basis to annul the tr t purS'dn t ,,0 .ti ~L LL A-3D Amended "Consideration of Contract" Requirements 11neier "Genelal l:'1'Jvic, "ontrl"ts"3ectiJn U-3- Of,,; ,did Requirements for Municipal Construction Cons ideratioll ()L_Contr::<3.c~ add the following text: Wi Lli fi.ve (5) als, the Ilbml.t r wOlking days following the public opening three (3' apparent lowest hidders (based on t~e ity Sngineer the following Information: and reading of the the Base Bid only) propo mus 1 i 3 t (t t 'Ie 'la l C ::)mj.';or"'llts of thl" work; ,I list 01 file flIOdlcts to be incorporated into the Project; schedUle of va ueci whIch spE~ci f i s est imate5 of the cost for each 'ldjor componen' of the work; ,]. schedule f,nti ipated IrIrmth 1 y payments for the Project duration. ~; he names ()ntract, "H~h [j 1m; ane) addresses of MBE firms that will participate in the alonCJ with a description of the work and dollar amount for -inc sub.stant1diicn, either through appropriate certifications Section A - SP (Revised 9/18/00) Page 14 of 29 !)y federa, a,,=nc'es I)r slqned affidavits from the MBE firms, that such "lR~: :: ems me, lb> oJuidelines conta ned herein. Similar substantiation dl Llue uqu red 1 f r.hc> C:ontractor is an MBE . If the responses do not :leal y S[)W tha' jV.ji:: ;:.articipatiufl will meet the requirements above, h,' lde!" st LEarly demonstrat,-, 10 the satisfaction of the City ;;nY1l (':, .hd >~ we j llth effort 'las, in fact, been made to meet said [e'1ui leffient s but t'lat meeting ;-:u. h requ.in.'ments is not reasonably lJos:3ibi .'\ list ,.ubc mtrdCt. [5 thaL will he working on the Project. This list may :onta in mCI e 1 rlan :,ne sub,;untractor for major components of the work if the :on'.Ll-:'(;! ha nc ,ompleted his eV.iluat.ion of which subcontractor will perform';-l( we'k. l'he (1 t Y Eng> ,,,,ill perform "pproval by beg i n [11 n,] wor 11 propJsed 'lee! nta~ns the rlght to approve all subcontractors that .-lork or, the Project. The Contractor shall obtain written the it y Sng] neer of all of its subcontractors prior to on the pro'ject. If the City Engineer does not approve 'ubcnntr~ctors, it may rescind the Contract award. n ttu; _~'J; ought ('ontr3ct, .v nt be' t h '~1 their 'lubcontractor previously listed and approved is substituted [or or replaced during the term of the the City Engineer retains the right to approve any r8fJlaopment subcontractor prior to its participation in Such approval will n01 be given Lf the replacement of the wiLl result in an increase in the Contract price. Failure tur 1.0 ;omply with thi'3 provision constitutes a basis upon thE" C"lltract pursuant to Section 8-7-13; substi tute: or the Proj2C'. ,;ubco:lt r"ctar 'f th2 ~::)nl ra 'whi ch t a'lnu ,-~ prt~limina.rl pr,)gr~~ss ~chedule major componEnts of the work. ubmi .led '0 'he eit" Engineer at indicating relationships between The final progress schedule must the pre-construction conference; the be ['ocum'"ntal, on reg,; tr,'d pursuant L) 1 he Special oncernlnq C('nsidE~rations for Contract Award on1 e,erOl' s f teL: l\dmirli :it r'ation Staff. Provisions A-28 and A-29 and Execution and the "ocuml'"l' t 1:10 is ! 'gu red by Special Provision l\-35-K, if applicable. 10 Within 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 01ange Orders ilnd.'r "General ProvisJons and Requirements for Municipal Construction Contracts" 8-8-5 PoJ Ley on Extra W()~dn...ct.._~.hanqe Orders the present text is deleted and replaced with the fo! LOhinq: ontra,::LUl dckn> Mledqes that the City has no obligation to pay for any extra work for wh.i ch a change order has not been signed by the Director of Engineering Services or his ::lesiqnee. The Contractor also acknowledges that the City Engineer -nay authorize 'hange crders which do not exceed $25,000.00. The Contractor 'icknowledges thdt ar1'1 change orders in an amount in excess of $25,000.00 must also ')e app roved r)y t rle C t Y Councj] . Section A - SP (Revised 9/18/00) Page 15 of 29 A-32 AnEncIed. "Execution of Contract" Requirements Unoer "Genera] Pr'wi,"ons dfid R'equiLements for MunicLpal Construction Contracts" B-3-5 Exe ::u! ! on of ConU act add the 0 ll.)wi 11g: jhe award 01 the COWTe,ct may be rescinded at any timo prior to the date the City F:ngineerielive:~s d ':cni! r.'"'' ! 0 the Cont ['actor which bears the signatures of the ity Hmaqcr, tty ;elJetary, and CIty !"ttorney, or their authorized designees. ontI:'octo:. lidS 10 CHISe ,-:;[ ~.:t'LOn ot am kind, including for breach of contract, Igainst. r:;e C1\;, rVer the '~ity obligated to perform under the Contract, until t he date d1e CJ y Enqirper deLlvers the signed Contracts to the Contractor. A-33 Conditions of Work Each [Hdder must L,milLlri .Ie himself fully wi Lh the conditions relating to the "omph't ion Jf the l'roject. F'ai lure to do so wi 11 not excuse a bidder of his lblig.l'ion to carry Jut ~he provisions of this Contract. Contractor is reminded to at'end the mandatory Pre-Bid Meeting referred to in Special Provision A-l. A-34 Precedence of Contract Documents in ca.;" of confl ict in thE Contract documents, first precedence will be given to dCd'onda :"sued during !.he bidding phase of the Project, second precedence 'dill LJe gi'len I) "Ie ::Decial Provisions, third precedence will be given to h,. .'.nstI'l.;.:tioI1 rlan", fourth precedence .....i 11 be given to the Standard ';pe i' cations and the Senera~ Provisions .....ill be given last precedence, In thE E 'ent ul :on 11icl bet.ween any of t he Standard Specifications with any :Ler referen:ed pee: j i,at 005, such as the Texas Department of Public TrrlnSi (.rtatio[) ;:ta' :lace! ~pe(,li lcations f:Jr Highways, Streets and Bridges, !\.STM ;peclficdtlon:' etc" the precedence will be given to addenda, Special Prcvi ons and SuprLement.,] SpE'cial Provisions (if applicable), construction rIans referenced speci f j cat; ')llS, St an'iard Specifications, and General ;1'11 on, li I'ut ::rO...t A-35 City Water Facilities: Special Requirements NOT USED ..1, ---" ~i-t-E:..r-,L(:~a..Ft-E1' ~tf~t e-F-. Q-r--i-eFH::-a-t-i--e-R --._----,--- ~"- +4~~.Hf nt"-'p(rf)rmH~ '.Iork -~-dt. --dfiy.--Gity '.:.:lter facility, the Cont.r-::Jctcr,---iti-s- ~{;ubcontr.:lctor::;, :::tnd c:::tch 'M-' their employeea mUDt hzr"c ofl--t flci..r-per&HTl--Tt.virlc:i€l c.:lrd certifying thcir prior .:lttend.:lnce a+.a--V4,s..i tor/Contr<'leter S.:lfety Orientation Progr.:lm conducted by the ('*'Y-WatceT---- Department Pcr::;on~ 1\ Vi::;itor/Contr.:letor S:::tfety ("F-i~rr1=aBBfl--Frogr;]m .-W+-ll-.-}:}e.. offered by -::Juthorizcd City W:::ttcr f~'pttHffief'L-f'e~I'tft€.L{. for thooc ~0flfr~-4& not h:::t'v'c ouch .:l caffi,- af'tB--~-t~jte-H7~.fH.ftft--Qny Iwrk Hi thin. .:lny City ;l:::ttcr f.:lcility. FBr ~~H7fta I i:l f 0 r~ft--r-ef.e.F--4:-e At tachmea t 1, Opcration~C*y Owned Equipment !J'he-~.cefttcractor shall.not otart,-epeE'atc, or stop any pump, motor, ya.l-ve,---equipment, swi tch, broaker, cOBtrol, or aay ether item ~ated to City ~r facility at any time. ~ll ouch item::; must be epcr:::ttcdBy-ttn ope Ifrf::-{7i"--Br--e-ffie..r. .:luthorizcd ffi<1intcn,:mcc employee of ~fttL .G-il'~y- w.a+e ~--1Jep:::trtmcn t " Section A - SP (Revised 9/18/00) Page 16 of 29 ~--PEe-tee-tc~en of Water Quality 'fftt~-t4-tY-fll1::l-5t-Efcl:i-\f€-r ',;.::iter of ElF! n]cing qU.:11i ty to it:J cU:Jtomer5-&E d-f! -~-imf'5--0--- 1'-fte----f:ont.:.::iete-r------s-fial-l protC€-t the qU;:Jli ty of the H;:Jter ,nn'lohe-,-Effi-- ';-t--8,,--dn4--sna-l-l-~oo:-din::ttc itJ Hork ',.ith the City 1'l;:Jter Ht-eaf l::-mtn-t----t"T pFe-Eeet the qua 1 i t-y of -tfte--w~ H.---- Conformi~with ANSI/NSP Standard 61 Hi t ffiaf-"TtdI S-- -,3-nB- ---::quipmcn+ 75-E-~ in the rcp;1ir, rCClO:Jcmbly, -t-r-a-fiSf*}-r '~Bfl, ~-n~l;:ltion, ;:lnd inopcction of pumpo, or ;1ny O{:-t!er- it ~R'.:J, -wfl-.i-efl--eB-Hld comc-~n-to cont;1ct ',lith pot;1ble IJ;1ter, muot eefl-f-EH'-f&- ---te--~~ N Cl t ion;:J 1 ------&t:-a-ttfiQ rdo In::l tit ute,lN.:1 t i 0 11;:J 1 5-atH-lcd-E-l'J-fl---+B-HndaHen (.'l.NSl/NSFl Sta-A-El-a-i:-a~l 0.0 deJcdbed in the &t.lndo.rd ~ci--f-~t-~e;+s--.- SHeh-matcrials ~~ ~ solvents, cleaners, lubricants, gask~ thread cSRlpounds, coatings,- or hydraulic equipment. These items ~ft&-t --00-- used unless they conform with 1\HBI/NSP Standard 61 and ~9 Duch-Hems---are inspected on the site by autherieed City ~1 illllllCdiately pri&E----t&-use-.- 'ffle -~~Of -sBill+ provide -tR€- Engineer I;i th copic::; of uri tten ~--&l --AN-&-I-/-N-&F St,:lftd;:lrd 61 --a~l- for ;:Jll ffi;1teri;:JIJ ',.hich E*'H l-Ei---eome--i-ntB--€"70 t::te t ',.i th pOt-af7-te ',;o.te r . E-.- Handling and - Disposal of Trash M-l----'lo-F-d-5+r---gefte-Fa~-i:7y--lohe___Contr;:Jctor or hio employeeo, ~a e tor 0 , -fft\:l-5-t.--be---€B-fi.E-d-Hted- -------a-t- ;:J 11 time 0 ;1 t fTIe-~y -s-i---E-E~.---&loHing tr;:Joh '.Jill not be o.llOlKd. - The s-ft-a.H- ~- W&F-k -.-t+eas- ele;:ln It ,:111 timeo ;:Jnd remo'v'e B-i-1-y . ;J 9 e n t::; ,-----6-!' the \.-;J ter Contractor ;J 11 8=-a--s-fl CONTR.".CTOI\-!-S- ON SITE PREPAR.....TION to-;--- '=:on:-.hre-Efct-r-l';Cr pc r::JOnnel mU:Jt IlC;Jr colored uniform o':er;:Jll::; other ~~.--fr!-tl€t or \;hi tc. Each employee uniform must provide company name and indi~idual employee identification. '-,. Contract:r oll;:lll -~de---4=-e-lephonc::; for Contr.:lctor peroonnel. Plant telephones ~not available for Contra~or UGe. '"l;------w+3-F-lH-R-g--h~_w+Hbe-7:00 }\.~L-87-5:00 r.H., t1ond;:ly thru Frid;JY. l-~ ---':::-e.f-j.-tra-e.8.F----f!tttS-t ---F\-B-E----u:Je o.ny C i t Y f ;:leil i ty F-e-5-BOOmo. Contro.ctor ffil.-j-S-~" tee-- oW+r--5-dflH:-a-r-y- f;1Ci Ii tico. lo.- ------A-l-l--Ge-fl-t r;:lCL:Jr--'o'€-l+lcleo muot be p.:lrkcd --a-t. deoign.:J.ted ::lite, ;:}o ic:;j(JIILlt,,4----Hy G.t+y -\~;:lter -8epa-rt-me-n-t ::;t;1ff. .'1.11 Contr;Jctor vehicle:J Httt5--tc i:7e- e-le-ct-r--l-y---+cilie-l-e-d-----w-i t h -~ Y no. me . No p r i 'J'.:l t c emp 1 0 ye c "'chicleo are. ;:JIIO'.lc::l ;:It O. N. Stcveno W;:Jter Treo.tment Plant. 1'.11 -~._~----_..~-- -----..- pe-FSBftfle+--lffil-5-t- be in comp;:lny vehicleo. During \wrlcing hour::;, {'Bfl.t-r-a-e8H"-----eFt\fTl-Byees-- mU:Jt r.ot -;..e;1'."e the deoign;:Jted conotruction -+rea- --fte-f-I,'.:1ndcr-t:-fr.Fe-uqh ;:Jny buiMi-nqs-----e--E-fier th.:1n for required l.-orJc HI- -d-S--B--i' eet~,'.~Ctty W;1tcr D,'p.:lrtment peroonne-l during emergency t-~~H'(-:-j-~l-4-i-;- . {:~et-or-~.t-a-+~eu'loi.9_fl.::; __ S~:.'\D.'\ (E~RVISORY CONTROL AND D.'l.T1'. AE.Ji_Ul S I.!J ON) Section A -- SP (Revised 9/18/00) Page 17 of 29 ,%y-WO-E+ oo4c-B-oot-fu- e.cJffiT+Uter b.:13ed monitoring ,:md control. nyatem mU:Jl ee--~~ eftly-...J:ryc--quClli f ~ cd technic,:}l elnd :Juper'J'inory per:Jonnel, 7" aet,efHH-R€El--by~~t~-tITe----<IUelliticCltionn 1 thru ') belol" Thi:J ..~i-fif"l-H€l{,"Si wt i,; not limited to, modifieCltion8, elddition:J, :: h L:~ ____;co e-:t+-e-ttBi+5-,---t H~~FtEJ7-- -----in::; t elll i n g , connect i n EfT l'c"T!'lffiffilftg-.-€;f-S-t-()ffiizing, - debugging, ----ea-l--i-J9.f--a-ting, or pl;:leing iA 3p€-~'---,71 + - -naniw,,-xTe elnd/or - 3oft',[Clre -:Jpecified-----e-F required by t-l't~, Sf'-'ci+t-ert-toooo t Bfl-tT_ ffle-~!--aetHr' or- fl4-s- :JubcontrClctor proponing to perform the SCI'.D.~. ..0 r k mu n t---be- a-&~ H+---B€mo n:J t r Cl te-----Efte-- folIo',; i n g : t-o -Hfc- +-;; -retj-t!-:l:-ar 11' engClged in the computer bCl:Jed monitoring an€l---t'OFl-t-rec! -;-;-y-c-,ootem bu::.ine:J:J, preferClbly Cl8 Clpplied to the ffittfl-'i:-e~---Wa-t:-e-F Clnd 1;0.8 t-€\/,:} t e ri: ndu 8 t ri' .. ~----- ---+1+---hCl:; performed I.ork on systems of compo.rJ.blc oize, type, an€l--eElmpleJc ity- 0.0 required in thio Contro.ctooBft-elt lC<1:Jt tftree--p-~-proj cct:J. }..,------- ---Hn--fl.as--hee-tt- .:lcti '.'el'l engo.ged in the type of ',.odc opecified tV'T-e4-! I ---f'O-F d-t- --! e .:l :J t 5 oooooo ye:1 r:J . +, ---H','---e1l~'T5---d-- l\ c g i :J l e r;: d ---P-F-e-fes-s-i-B-n.:ll En gin e e r , .:l Con t r 0 1 S-v&tem3 Engineer, or .:lnElectric.:ll- Enginecr to ouper-J'i:Je or F'~HR----Hte--woF-k-----req'J ire d by t-fH,.s-sP e c i f i C<1 t i on 0 .. L --H. employ:J peroonnel------E>>t ---t:-fH.-s-~ee-to- \:ho ho.ve 3ucces::Jfully e' >Hlp-t.'t-e-4--a -fflttfHl-E-a€-t-u-re--r-4r--tro.ining cour::;e in configuring a!,€l----- ifftF'-lefr+eH-Ef.'*t----4'-fie--- 3peci f ic computers, nTU&-!--&, ---aftEi 5~oo+re-~}oed for th.?--Geftt-~ ~oo- -# c---mdHttai-ft5- -.:l permClnent, --E-B-Hy otJ.ffcd o.nd equippcd &_r'J'ice - f-a.e-il i--to-y-- w4-tfl-:in---4-G-G-milC:J of the proj ect oi tc to IlHint.lin,--- ;:-cpair, c.:l1ibrate,---a-A-€l-- program the syoteffi:J 5 {c'€€- i foo:i-e4-oo-ft€-re-i-H--. --+J-.'--~J. -f ur+t-i-s-h --e+fUij9ffleflt oooo \:hieh i::; the product of one flHnu=,~ct-H-f-e-F-4c-B- the m.:lJClFllUm --p-ra-e-t+ea-l.- eJ(tent. Where thio i::; P +-P'-a€t= leal,J.ll equipmcnt of Clu---€fi-ven------type will be the f7~ '--E--oo ~ >i--+'ri,'-' ooooiftaftu-f-ae-t-\H"-e-f--o g. ['[ior-~manee at--t-fte G--oo----N"" StC'J'en:J Wo.ter Treo.tment .p! aA-t- -w-iH be u::;ed in c';J.luating ------w-ft4-€h Contractor or 5lJB-ee-Htr.JctofC-program:J the nO'..' ~- for this proj ect.. <+.--'F-ite-- -('Bfl4rae-t-Br ::;h.:lll ~e----a-l-l------f'illed out programming e i G€-k-;;-.F~-i+e-€l---oo to ::;ho',; the prograffiHling a:J needed o.nd r~e-&,--te--ad€l------tcfle&e-- tHO 3y::;tem::; to the eJcioting City S4-~.AftA-- ~ :;YJ tcm~ --At:-t:-a-clted--------i--s--- an cJ:.:1mplc 0 f the required pfefj1--dHlflHc~ bl ocJ[:JI;hich the .~. requireD to be filled in ill ,.fr--Errif.e-f t- -'l=f.)- -+-fte--.G4--tcyoo. ~fl C e r Hi t.h a 11 c h 0. n gc D IDa Ele-----i:ltr~ -t-he---pr:Jgro.mming pha:;eoo '!'~taefle4 oheet i::> o.n elt.:lmple and +,. -fl€-t----c!fj-te-Ftded to :Jho'.: ClIl of the----F€-Efuired :Jhect8.. The G..fttc-fO,"+F1 w-H+~4de ,)11 p~l!\ffIing bloelcn uoed. ---?'Icr; chi-flf'too.Bs: gu..lE e ffle~t J A++-t-F€fte~ for thi:; project at the O. N. Steveno WJ.ter Treotmcnt P+-at1-t--::;holl be performed uoing -,} backhoe BE hand digging due to the I1;lmbcr-e-f --€-l<-i-s-t-ci~ underground ob:JtructioD5-7""- No trenching mo.chinc:J oho.ll ee-- -+1--1-e-weBBft---th€--p-F-ej-e-e\:.-o A-36 Other Submittals <:...b2P_..........J?.!a-",_iri..<L.. Submi ttal; The Cont lactor shall follow the procedure ,tlined bp ow when p'0ces~lng Shop Orawlng submittals: Section A -- SP (Revised 9/18/00) Page 18 of 29 j. iJUiin tit" '-he elt\ ,',)!] ractor shall submit number required by the City to EngIneer or his designated representative. D. RepI'(,due .,ha 11 a j r h'l ng' bL, L r I 'UbTtl t ~ddition to the required copies, ~C" (1) ref,reducible transparency the Contractor for all shop 30 :;ubmJtt". Trdn,jmit:aJ Forms: ~:ontractor shall use the Submittal Transmit 'al Form attached at the end of this Section; and :,cquenl: ill 'y number each transmi ttal form. Resubmittals must have the or qin.d submittal number with an alphabetic suffix. Cont [,=.let r rnus" identify the Contractor f the Subcontractor or ',l1Fpliel p~:rtinent Drawing sheet and detail number(s), and speclfic'ltic', ;ectj(.n number, as appropriate, on each submittal t ( r rn I. Cent r:'lct :r I S Stamp: Contractor must apply Contractor's Lgned or inItialed, which certifies that of Products required, field dimensions, wnk, dnd coordination of information, is ,oJith the requirements of the Project and stamp, review, adjacent all in Contract appropr i "tel t vctif Lcat ion c'ons true 'i or: accordan 'e docum(~n t Schedull'ig: on'~ract()r must. schedule PrujP,:t, d'l lelivcr to the City c(,ol:'cilna e the SUbmlci'iion uf re latpd the submittals Engineer for items. to expedite the approval, and HarkIng: C,nL'dctU! must mark products models, options, manufacturer-,o,' standard data tu Proje.:t. each copy to identify applicable and other data. Supplement provide information unique to this '1. \lariat io[:s: Contractor must identify any proposed variations from the Contract. dccuments and any Product or system limitations which may ly' ci..trinlental (> succe.5sfu per-for-mance of the completed work. Space' R.qu i eme 'nt:;: Cont.ractol must provide adequate space for '::ontrlct r ,'Hid ['~ng inc"cll rev ievl ,tamps on a J l submittal forms. Resubmit! required s i n'~e pr als Cant r actor must by:=ity Engineer dnd vio IS ;ubmi t tal. revise and resubmit submittals as clearly identify all changes made List~r l.bu' Ion submitta,s Lu S'Jbcolltr,ictol S Wy l"ab Iit :on 1. r dl~tor mus! di s t r i bu t(~ copies subcontractors and suppliers ifld suppliers to promptly report, I cnmpJy with provisions. of reviewed and instruct thru Contractor, ; amEl_, '-2 I ange )f ThE Cor, rd ~tc'r actL'e!S' must submit samples of ,.tandard colors, textures, finishes from the full and patterns for City mdnu 'ngIneer- s se ~ctJnn fest and ~E?pa] ~R_cpoJ t vJhen 3peciiien in 1..h'2 Technical Specifications Section, Contractor must 3ubmit. thn,e 3).:opic:c; of all shop test data, and repair report, and :'lll on-si te tE:st data within the speci Lied time to the City Engineer for -lpprova I.. Otherw~se, _-.!:.he_related H~guiement will not be approved for use '1'1 the ploject Section A - SP (Revised 9/18/00) Page 19 of 29 A-37 Amended "Arrangement and Charge for Water Furnished by the City" )njeJ "Generd Pr:-vi ion: arJ Recfuiremer:ts ter Municipal Construction Contracts", B- n_ 5\~EaQgen:!.EC.!"lt a~d (:;harge ~':?I nVl~jteE__Xurnis0ed})Lth~ ~t'i' add the following: 'The :ur>trdct [lU::1 'omply w1.th 'he City r Corpus Christi's Water :onse,'Jat ior, .,ncl ruuqht :::mtingency Plan as amended (the "Plan"). This ncluder; ImplHnent] ng water conservation measures established for changing ';ondiIJuns, T,e CIty I';ngineer will provide a copy of the Plan to Contractor at the p:-e-constr lCtlC.[l ITIc'et i nq The Contractor will keep a copy of the Plan on 'he PUYJect si e throuqhout construction." A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The ''''quiremcntr' 0 "N(t i, ! n tl J'> Speclal Pn ','iS1)n. '(, Contract.ors B'" are incorporated by reference ~ Certificate of Occupancy and Final Acceptance (NOT USED) Th€----~--_B.f- .t--. c.~rt Ifi C.:ltc of occup.:mey-- for impro'..ementD doeD not con3t i~ #tta+--ae€€t7h'>fl+'f~ e-f-. the improvement::; under Cencr.:ll Provi::Jion [3 8 ~ A-40 Amendment to Section 8-8-6: Partial Estimates ';erel J Provisl ins and Requirements fOt Municipal Construction Contracts Secti Jr1 13-8-6; Pa tidl Estimates is amended to provide that approximate est in Ires from whith partial payments will be calculated will not include the net nVOlCf, va] ue)f acceptable, non-perishable materials delivered to the PrcjE worksit,.c ..1e.':'-; the Contractor provides the City Engineer with docuffic>nts,iatisfaz tory t) the City Englneer, that show that the material suppl ~r has been plid 'or the materials delivered to the Project worksiLe. A-41 Ozone Advisory prlminq dnd hot-mix pavIng operations must not be conducted on days for which ,In OZlfle advisory has been .l:,-:sued, except for repairs. The City Engineer will atif Contractol aoout ozone ClIert. If d delay such as this is experienced, the eHy will not b,," count ed as a ',;orlc d.:lY .calendar day. .:md the Contr.:lctor Wht---hp. compcn:Jotcd --a-j=-+-Re +tflt-4-pr-i-ee-. i-fl4icoted in the propoD.:ll. A-42 OSHA Rules & Regulations [t i:,- OSHA dnd 0 the ules jobs responsHlili '~y of the Contractor (s) to adhere to all applicable and regulatinns while performing any and all City-related projects A-43 Amended Indemnification & Hold Harmless !Jnder "General PI Cont.rdcts" B-6-2] - - ent r. t y and the fo )vis Ions alld Requi rement s for Municipal Construction ndE::.!:-,-~i}.:<~a!..1. orl~Hold Harmless, text is deleted in its low nq is substituted in lieu thereof: !'he Contractor shall hold the CiLy, ! ts officials, employees, attorneys, 1nd aq-ents hdrmlc'ss and shall indemnify the City, its officials, employees, at t .:>rne ys, a nd agents from any and all damages, inj ury or ability whatsoever from an act or omlssion of the contractor, or any ubcontrd:l r, suppl er. mdterialman, or the; r officials, employees, Section A -- SP (Revised 9/18/00) Page 20 of 29 1gents, ;onnecr ion t! mat.er 1 alman, JDsultants, r any \'lurk done under the contract or in ,re',.; 1 th by t he contractor, or any subcontractor, supplier, 'r thel[ offi"lals, employees, agents, or consultants. "h,' ((,nt ti :tl shlll he.]! the City, l.tS officials, employees, attorneys, md aGent arm e,';; iT:d she 11 I ndemnify the City, its officials, "mplcyc.cs, at torn,c'Ys, dnd 3.gents flom any and all damages, injury, or iabi: 1 t Y .,.;h,i soe';er from a negligent dct or omission of the city, its lffLclals, ernployeeei, dtt'Hneys, clOd agents that directly or indirectly 'auses 1n-,Ur\ to an empLlyee f tL contractc}r, or any subcontractor, 'lJppll m ter alman, A-44 Change Orders ';hlU. a change rde! (s, be required by the engineer, Contractor shall furn'h t:he englneer a complete breakdown as to all prices charged for work ch"nqe ..rd.er (unit prlces, hourly rates, sub-contractor's costs and )I',a. JOwns, Clost ,)f mat erlal s and equipment, wage rates, etc.). This ur,'akiown informat on shall boc submitted by contractor as a basis for the pr eC,' of the change order, A-45 As-Built Dimensions and Drawings U /',/00) a) Cant ract"r sl-Jal L make appropriate daily measurements of facilities construe ed and keep accurate records of location (horizontal and verti,:al of al facilities. b) Upon cOl'ipleLlor: uf l'ach facility, the Contractor shall furnish Ciwner wi th (ne set of direct prints, marked with red pencil, to ShO''';lS-hui I di.mensions and locations of all work constructed. As '} m:nlmu,', Lie 1 ind I dCdwinqs shall include the following: (1) ~)rizontal dnd vertical dimensions due to ilistitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) r010tlons, additions, and changes to scope of work. ')) l' lY o'h,'[ chdrvJes made. A-46 Disposal of Highly Chlorinated water (7/5/00) 'hi"' ~)ntra=tor shall ::)e responsible for the disposal of water used for e.'lt} '19, d 1 SHlrE'ctj on c.md I HiE" flushing In an approved manner. Contaminants ,n tLi' water, particularly high level.s of chlorine, will be used for ,Ii inrection, and may exceed the permissible limits for discharge into 'Ne la,,,1s OJ env] cOflfnentally sensitive areas. These dre regulated by numerous 1genc es sl:ch a~, '1" 'EQ, EPA, ei It wi 11 be the Contractor's responsibility o con~ly wlth the requirements of all regulatory agencies in the disposal of rill wdter Lsed in !he proJect, The methods of disposal shall be submitted to rhe City for approval. There shall be no separate pay for disposal of highly c'hlor;nated Hater. Contractor ::;h,'111 "A-B-l'O may use the City's sanitary sewer '1" tei' for dispos ,1 ,[ ~ont aminated water with prior approval by and rd j,atlcr wtl tee ty' 'Wdclte'dater Department. A-47 Pre-Construction Exploratory Excavations (7/5/00) Base i:l~~ - Install ation uf New Uti li ty ~~J=>sings: Pr.i or to any canst ruct ion whatever on the project Base Bid 1, Contractor shall excavate and 0xpose all existing on-shore pipelines of the project that ross withln 20 t et, both horizontally and vertically, of the proposed ;;ire] :les c r mud c ntaElment pits of the project. Contractor shall survey the e'dct hot i zont, , clr'dre rt cill location of each crossing and potentially Section A - SP (Revised 9/18/00) Page 21 of 29 :::~.>n f ct I.nJ P Lpf21i ,es. ertlcal sepa r at ion (includi nq tI.> clldmE te () j "" Excava~lon is not the outs ide 1 t S P;j th reaming required on an existing pipeline if iiameter 01 the proposed drill bor:-e and pullback operations) is greater "in F\I r:: ,ist IICj In sh ceo pi pe Litles te and expo actor:- shaLL l a r a 1 'p, P J pe r-e Lp,'JirlE'i, which parallel and are within ten feet of the or fluei c")nlainment pi ts nf the project, Contractor shall ,0 s'-ud pipelInes at a maximum :::f 300-feet on center and UrVf-! the accurate horizontal and verti cal locations of i.neo: at a UC-fef't max ,mum en center. pI. JP' exca '~_'ont . ':;d ~_d '~('nt ~Ct(H ,hd 1 t en f repar'o report a:1J submi tit to the City for approval Lr,di, tlng UH' 'wn r 0 Lie pI pelines excavated and surveyed, as well as the 3.ppr"ximatf' ;t dti n t.hereof, distance to the pavement centerline and elf,v"tions ~:1 the top of existing pipelInes, and dpproximate distance from PI'JP: "ed dr~ -} latto and erd ry and exit or'11 points as applicable. :ontl3ctor shaJ pi rform liO '~onstruction 'Nork on the project Base Bid 1 until -lJ !'ase Bld',XF orator; excavations have been made in their entirety, the esu s thf'reof "porced tu t-he Enqinc,er and until Contractor receives fi:nqil,Fcer's appr'/a i of reF-on, Bas~ :31dL_Fzemoval 01 Ex~t~ytil~~~J:():3sirl9.: Pri 01 ,h,,11 to any cons!ruction whatever on the project Base Bid 2, Contractor excavate and expose all existing on shore pipelines of the project that ",ithlJI )0 Ee! t both horizontally and vertically of the pipelines of the :t that are t be removed and Contractor shall survey the exact vertical toriz'HI~dl l,cati:m of F'ach cro:;:,ing and potentially conflicting ':1(\3:: proje t nel pipeJ lnes. For ":-:lstirlJ on shere pipelines which parallel and are within ten feet 01 the pipel nes rlf the FL'oject that are to be removed, Contractor shall excavate and !;xpose Send pipelines at a maximum at ::WO-feet on center and Contractor shall survey the a:'curate horizontal and vertical locations of said parallel pIrel 'les at a 300 ~eet maximum on center. or,tr j :tor' ,c,hall tl-,n fdepan a report and submi t it to the City for approval In,-he ding the Cwnt'C 01 the plpelines excavated and surveyed, as well as the apprc1imate "taLi'11 thereof, distance to the pavement centerline and lpva one; of ':11>" t \P of P'>(lStIIlCI pipelineo;. Contrl':tor shall p.'rform no construction ,"ork on Base Bid 2 on the project until all Base Bid exploratory excavations have been made in their enLirc,:y, the resu ts thereof reported t( the Engineer and until Contractor reeei 'ps Engineer's approval of report. Explo atory excavatlons shall be paid fUI 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 ExcavationsH. t7e- fTiTl~r.:lCCorcr~~ the eotZlbH-sfieQ, until price of po.vement po.tch~. ContrJrtor shall provide all his awn survey work effort (no separate pay) for xplol~tory ex~avat ons A-48 Overhead Electrical Wires (I /S/OO) ,'ontractor sheil} c ..mpl y vH th all OSHA safety requirements with regard to proximity of onstr 'let 1,n cqll i pment beneath overhead electrical wires. There arE, many 'J'Jerhead WI r cs crossing the construction route and along the construction route Contractor shall use all due diligence, precautions, etc., to ensure ',hat adequate safety is provided for all of his employees and opera'urs of equlpmcnt Ind with regard to ensuring that no damaCje to existing cverh'~ad el'"ctri,'al win'; "I facilities occurs. Section A - SP (Revised 9/18/00) Page 22 of 29 It Ictor shaJI coordinate hIs work with AEP and inform AEP of his _"'IS lucti_,)j[ ,chedl'ie ~J tl regard to said overhead lines. -;('rne )verhearl inc, at c2 shewn In the construclion plans, while others are I-'C". it shaLl bc- tee 'ntractor's sole responsibility to provide for adequate 30fe with rE'giJ[d ":0 verhe,td lines Hhether shoHn in the plans or not. A-49 Amended "Maintenance Guaranty" (8/24 (0) ;;nde "Geneca j F ovisionsinci Requi rc?ments for Municipal :Oflt lctS" E- 8 11... Mai.r.1tenCirl.c:_e Gu~_rant.:Y, add the following: Construction "The Contract )r's guaranlee is a separate, additional remedy available o benefit the ~ity of Corpus Christi. Neither the guarantee nor ixpi Lit 1')[; of the quarantee period will operate to reduce, release, or relinquish ary ILghts 01 remedies available to the City of Corpus -hristi for ar y claims or causes of action against the Contractor or any ,ther lndlvld'lal I l'ntity " A-50 Pavement Restoration and Project Clean Up It i the intent )f the plans and specifications that any and all areas \-lith]l the lJmits )f the proposed project that are affected in any way by :onst ['\lct ion operat lons bE rr-~stored to the same or better condition than that ,'x sl Lng prior ~oonsLruction" Where asphaltic pavements are excavated or '-iarna<Jed, they ';ha! 1 be replaced with the same types and thicknesses of mat eJ ! als as the ('xist j ng pavement unless otherwise noted. Where concrete pavements, SIdewalks, curbs, etc., are excavated or damaged, the replacement c;hall aSi rnin imun c;mform Hi th the City standard details and standard ;peclficatl.ons available (n ti]e with the Department of Engineering Services ,jfjle~ specifJc de ails dre provided on the drawings. If the excavated or riamagfcj concu'tE s- cti"f! ,,,,xceeds these requirements, they shall be replaced '''''lIh the same thicknesli l,f ':oncrete and amount of reinforcing steel as the ,xist ng st:ructure 3) 1Jf!lE'sS specific details dre provided on the drawings. Restccitior )1 11] improvements as descrIbed above shall be in accordance with lpplicable City stdndard specifications, as determined by the Engineer. F.] i 'lwns:,r other grassed areas, concrete or asphalt driveway, vegetation dr.,'d iLslu1hed ['I r mst ruction operations for the items mentioned above shall r:e u.stored . [' it rig HId I r:ondi Lion unless directed otherwise by the k"nqiD~~~er . The ( mtract.or )r' sp,;tions of. t lv, F.Jlgineer_ in : clean may the UpO! II' at De 'equired to perform "clean ups" of the entire project proJect during the course of construction, as directed by completion of construction, the Contractor shall perform the cn; re F'!oject, agdin as directed by the Engineer. ,~, 11 Le res Lur d tic n and pro] eel clean-up shall be considered subsidiary to the v rious bid Itens, lhcrefi)If', no direct payment shall be made. A-51 Soil Boring Logs and Geotechnical Information Yi 1 :.loring 1,)g5 are f,ro'clded for the Contractor's information only. The it f lnd the Ellgileer ji3cLLm any responsibility for the accuracy, true oedt on, dnci exlx t f the soil investigation that has been prepared by the,r Further, {C"spons Ibil i ty is di sclaimed for interpretation of the data ny bidders, a,s in projecting soil bearing values, soil stability, and the preserce, 1-?ve l md extent of underground water and tide levels. Section A - SP (Revised 9/18/00) Page 23 of 29 A-52 Signal Lights (Required only if Base Bid 2 is awarded) rhR 'OntLW+('1 sh d L :JispLlj' ';igna] 11_;ht5 and conduct his operations in .J' co-jance with th,~ GE"era] Rejulati.:ms f the Department of the Army and of t:'e lase ';uard 9 ven',inq J iqhts and dav signals to be displayed by towing -"..,;s s W] t h (ews on '-,hid, n signal s ,in be ciLspLayed, vessels working on 'N eo 'Jr'"d(y~s d d v.,.;:>, L ;'nqageel .1;, 1 dying cable:; or pipe or in submarine t ,qk P 'Feel iOI oJ-x'ra' 1011', 1 iqht tu be displayed on dredge pipe lines, il,l i.lY 5 qn j: ;: be dl splay,:d by 'Jesc'1 of more than 65 feet in length !TI(;Jr. C OJ :Jnchul eci in : '"i t wa'l or :~hanfl' 1, clnd tht' passing by other vessels ,at In:; pl.:Hlt 'IOrking ~. rICJvigable::nannels, as set forth in Commandment :oa:it ,'l"-ltd nstructictJ t'1l66!2./., Navigation Rules: International [rLa, (COMDTINST t4166!7.. "1 () nCFR8l l\ppendix i\ (Tnternational) and 33 CFR gJ trough 39 nL,nd)is dppJ i"able. A-53 Protection of Existing Equipment, Structures, and Utilities rh.: ,ntl'a':t r shall use ':an durinq 'oilstruction. Should damage occur to "In "-luLpment, st 'Jcturec, or util ities. the Contractor shall contact the ')W!le imrUl'(:l1ately .Hl repairs shall be at the Contractor's expense. Jt 1 Y ]O';dt oriS l,lVe not beer: field vcrjfic;d. It shall be the Contractor's resp, nsibi j l.ty t:) -eILI'1 ,'xisting equipment, structures, and the condition of ,,~: ST inq ut:l ities 'lnd locatJorl'3 thereof Frior to bidding. The drawinqs ShiM 'he ocati'::m:; of all kllown surface structures pertinent to h'-../Ork. l,l thE case f underground Dr underwater obstructions such as eXist ng Welt ('1, se'..!er, storm sewer, gas, .~lectrical lines, piling, debris, or par to l stnwt U1 es that an~ not shown on the drawinqs, their location is not qu rilnteed Th,' C,-.'ner assumE'c' no respon,: ibi 1 i ty for failure to show any or al fhese ~tructures on the drawings or t, show them in their exact location. f"aJlLu~ tc :;110\, will nct be considered sufficient basis for claims for 'idcH t ma] c:ompensd Lion fur ex! fa work I" any manner whatsoever, unless the ,')bstr ,,:tion I'f'ccunt ered in such as to necessitate substantial changes in the line.o or qrade:,:, .,r requireo the bUIlding of special work for which no prcvi Lon 15 made n the ,jraWIIJ(IS and whJch 1S not essentially subsidiary to ";OIlle 't.ern ,,'- \,l'Jrk fOI Whl:'h pt-ovisioll is made. It is assumed that as elsew'r,,;re prOVIded th( Cont ractor has ,horough] y inspected the site, is lnformed ao to rhe cor.:-ec: 'ation c.f surface structures, and has included ~h,. 1st uj such incidenLal work due '-0 variable subsurface conditions, "het!-',':. such ,_oudit Ions and u:il work are fully and properly described on the !rdwi irS or not ~'l1nol chcimJc Jnel varid1ion of the work specified and shown un t ,,- draw r,gs, shall bl exp"c:ted by 'he Contractor and allowed for as Incidpntal to the 1ti:,factory completion of d wholp and functioning work or mprc '".ment. l'hfc' (illtraC!Or :",ha] '--xistIng structure,.- r:rpca , ionary devicIi ',:ol1tr .:tor ~ Iluw th, trJC ures, 10pa r:' h, s 'isfa~t],)f) of ma nt aill .ouf fici ent 'ledrance between his equipment and or adiacen1 property. or portions thereof, and utilize s such as buoys or oLher means as necessary. Should the equipment to become In contact with any portion of these to 'he dama~ed areas shall be made by the Contractor, to the ~nnJr"cu, at rw 2diitional cost to the Owner. A-54 Misplaced Material ::.houl,] the Contractor, durinq the pf()gre~:s of the construction, lose, dump, thr.-JW overboard, ink. )f rnlsplace any material, plant, machinery or 'Jppci H1ce, dhich mal bE: d.l[]gerous to or )bstruct navigation, the Contractor echo. 1 'ecover and l."move t he ~ijme wi th the utmost di.spatch. The Contractor 5na1.1 g]ve imn,edllte net ice, with 'j(':.;cr iption and location of such 'b:,:'r tion",. unli.l the ';cww lrf" removed. Should he refuse, neglect or delay Section A - SP (Revised 9/18/00) Page 24 of 29 ~ompuance '.-;: Lh tl" dbove requirements, such obstructions may be removed by Ul(~ 'wner, and ~he :::os' 0 SI] removal may be deducted from any money due to LI ",mtractoc, or may be recovered under his bond. The liability of the c.nt ':c:tOl' jOt th, [em,oval of a vessel wrecked CT sunk without fault or 'leql :~ence sh,,,ll t,. 1] mi t E'd I ( that provided in Sections 15, 19, and 20 of j. vel" l'ld Hiorb, lAc' (t Harch 3, 1899 133 U.S.C. 410 et. seq) A-55 Vessel Traffic (Required only if Base Bid 2 is awarded) frif smdl , C II- the C( carg) V'~S' e1 fld :Jne r mor 1 pterfere Wl th be includ<'d J -pus Christi Shlp Channel bjats (If \;:arious sizes, 'co ba !'ges. The Cont.ract.or Contractor's work to some tic> Coni ractor' s Bid consists of seagoing vessels, tugs, and tows consisting of a is informed that vessel traffic extent, and allowances for this "l.FJ 'ria v shal The unt.ra,:tor '"ill be r('quired to conduct the work in such a manner as to obstruct navigalioll as little as possible. If the Contractor's plant does obstr Jct the naviqation faIrways and makes traffic movement difficult or ,"ndanqer s the pdssage ,)f vessels, said pLant shall be promptly moved on the apprndch of dny "8ss(,1 to the extent necessary to afford a practicable passage, or as directed by the Port of Corpus Christi, Harbormaster, Aransas- ':cnpl',; Chn S!J ril "t' s Association, or the United States Coast Guard. The ContI actor LS eEcouraged t 0 l~ontact the fort of Corpus Christi, Harbormaster, .md [,he ,~ransas-C)rpus---'-J1ri_s~ _!,ilot' s_ Association No.rino. Superintendent }.HiO.[ to biddinq, J.nd inform himself as to the conditions to be expected. iJpon the (omple'::.iciJ oj the work, the C:ontrilctor shall promptly remove his pL\nt, including r,onge: huoys, piles, ot her marker", or temporary structures pldc( i by [1m Lmd(~I the cent J a'-t. A-56 Physical Data information furnished l,,~l(,w I.'; for the Cuntractor's review. However, it is "x[TE3sly understc)d that the Owner will not be responsible for any Intelpretat.Jon (,r onc'usLon drawn therefrom by the Contractor. The Owner :ll so o;hal I not be respuns ibl e for any lack of information herein pertaining ! c physical condit ons :)f the site. The ContrClctor shall make every effort possilJle to ldmi11arize himself with and research the conditions to be '~xpe( ed at the sit.,. Tidal CcncliLi me Under ordinary condllions, the mean monthly tidal range rs about two feel, exclusive of any tropical activity. The height of tide is large I y dependent on the force, direction, and duration of the wind. St rong northerl y winds may depress the water surface as much as, in some in:,t:ances, more '_haL, three feet below mean low water (MLW); while south- ea .terly winds may raise the water sur [ace as much as, and in some in Lances, more 'han, three feet above mean low water (MLW). b. The Contractor 5 notified that construction wil" occur within or around "lei 1 VP, eXlst Lng marlne and waterfront faci li ties. The si tel i 3 ad~acent tu Corpus Christi Bay, and subsurface groundwater :v,di t I ens and { levations wi 11 change. The Contractor shall include all ':0: ts for :Iewat rirq ::.n hi ,..) bid as necessary. Changes in groundwater el vatlons sh'lll not be Just c:eluse for J ncceased compensation. rhi- Contractor shall anticipate the following number of work days lost due to rain In dete min 1 ng the contract schedule, A rain day is defined as 'In" day in I"hi, n the amount of rain measu red by the National Weather ServiCEc ell. the Corpu::;-Bl+r4sEi Intcrnotiono.l .'\irport Power Street Pump Station is O.SO nch or greater. No extension of time will be considered Section A - SP (Revised 9/18/00) Page 25 of 29 t1l the expe ted nlJ!~bcr ~,f as agre(?d thdt the sLiru,s rnpact ,Jet r,me! cal 0 thi' raln days has been exceeded and the Engineer of consr ruct i on was such that there was an nst yuct i or- schedule. Jan'loi [)Ci \/s !vIdY I) Da y s September 7 Days Feb l<--il [,,] -/s .Jl1nt'? 4 [Jays October 4 Days Ma r/ 'f C'(-j,/ :-;: July Days November 3 Days Ar;r Days August I) Days December 3 Days A..57 Protection of Job Site The ontr,L:tcn sh 111 1)e responsible for protection of the job site. The C,nt 1ct01 shu; be el responsible for the safety of himself, his empJ 'yees CHi' "th,. r pi rS"Wi ,t', well a'" for the protection of the safety of the roper t\' h mse f )1: 3rty other per:son, as a result of his operations here'Hlder. Lravlir>-jS a'id '3peCl ficatinns as Hell as any additional information conc'~lnHlg the wor k t,. h. [lerformed pas:-iing from t.hrough the Engineer shall not ')eln':AI~preteij as n:qui r} 'll) or allcwlng Contractor to deviate from the plan and specificotiofls, the Lntent f uch drawings, specifications and any otne such lnst ru rioTls i nq to define with part1cularly the agreement of the ;'arties 'lS :0 he ',ork th,' ContractoJ is to perform. Contractor shall be fc;Ll and '.:omplet,ly i tahie, it hiS o'tlr expense, for design, construction, cL'3t JlatiJtl and ,Sf', 0' lion IJse,)f iLl items and methods incident to perf, rmanc,-o -)t th, CO'ltrdcr ,md for aLl Loss, damage or injury incident t.herl'to, p1ther t, pc"son !I property, including, 'without limitation, the ldeqlHCY of 11 1 tt ,[lporn) c~upports, shorJng, bracing, scaffolding, machinery >! e lllipmert, . 'lff ry re :aut 1 'I"; or devLceci, and similar items or devices tls{>d "y him ,-jl.;rlno 'on,ct r rl A-58 Dewatering rhlS ltem i:-ion idel20 :-iuhsidiary to the appropriate bid items where dewat.,c-ing JS nE'edf,j tc kE.ep the excavati.:'n dry, as approved by the Engineer, dnG hall include~ll C03tS to provide a dry foundation for the proposed imprC'/f"ments. St)rrr water that 'enters an "xcavation can be pumped out as long is c"re is t cJ.ke!1 ) m: runa?' ;:)lids and mud enteri ng the pump suction and tl"w ; pumped '0 lo"at !'lIl r'ut allows for sheet flow prior to entering a 'it rIT! 'dater drai:~laq, di ciJ ';torm wateI inLet. An alternative to sheet flow s t, pump storm "at,;r t if, lrea where ponding occurs naturally without leall ij the 'ies;9n"ted lIor.<. a(I-'.1 or nj? Ci manmade berm(s) prior to entering 'he s ;>rill \vatEr sy: tern, SLoe': j low dnd p",nding is to allow solids screening ,Hid 0 settlinq pr1'r t, e"tp1.inij a storm wat(cr conduit or inlet. Storm water or g:oundwater sldl n,t bE dlscharqed to private property without penni e,lOt!. It "ie :fI[,nt that Contractor discharge groundwater primarily nt the eX1S; Inc) st.'rm ".Jat r system, provided t.hat the quality of gJT..n"'...ater ,c, '''qu t):or bet t:er than t_he recei ving stream, the Corpus ChI S' Ma-r HId Sh,~ !idLnei rest1ng f groundwater quality is to be perrol'ned bj t'w Ci'y, 1: 1.11(- City's cost, prior to commencing discharge and Shil!] ne rE't estp.j i! t! 1 t y. .it the ty's expense, a minimum of once a wee.". 'Ontrl:t.lI sh~di :oc rdJnaCe with the C1-ty, on all testing. Test will alsc }" perF')frne(1 a ea, tl 'd'W dlea of cons~.ruction is started. Another option for d ';posal )1 9 ounej<,.,rat er by Contractor would include pumping to the nearec san rdIY 5e"eL Y:-item. It discharging to temporary holding tanks and ITU ki Ii' C ;an taLl ."Wf'r r wastevnter plant, the costs for these "perat ,ms .;ha,l bE neqot:dt"ci. Other gruundh'ater disposal alternatives or sol ti 'I)S may be ip~, ovoj b( the ":ngineer C:-l a case by case basis. Prior Cont ra: from " PumpIng qrcundwater frum thE' tor shall cc tact r~ark ,':h" 11 'II" Wastewa eI Der'!. will trench to the sanitary sewer system the 857 1817 to obtain a "no cost" permit pd,! for any Hater quality testing or Section A - SP (Revised 9/18/00) Page 26 of 29 wa~e analys s -st required. The permit will require an estimate of "!)U lw.:Jte:- fl,~. Groundwatet tlow can be estimated by boring a hole or ez,)a "tIlYj d :-;h'Jr1 tr('nch then record 'tlater level shortly after completion, "' L')' to s i: )'c""r igh, ',"con! water Level again, pump hole or trench dry to -i h( jinq tank 01 vac~l1um truck then re<'ord ho\.\t l.'~ng it takes to fill to 9 al I",}", ,nd Jvprniqh~ level. A-59 Additional Insurance Requirements rhe >nt !:a,:tOL 1 f B"se Bid ha L p:ovlde the following additional is awarded to the Contractor: insurance coverage only U.S. Longshcre ilnd Harbor Workers' Insurance statutory amount in camp l~nCt w Ih the United States Lengshore and Harbor Workers' Act. ,2 Mar:L1,tmE" ,c:mp,oyets Lidbili.ty Insurance Any employees who may fall unde'" tile De,th r Hiqh Seas Act, Jones l\ct, or any other federal or state act r lat,ng to maritime employment must be covered by Maritime Empl"yets LJ ,billty TnSclriJ.nCe of not less than $500,000.00. Such cover.j(J( ^,i} ilt lude OJt not be limited to transportation, wages, mal ntenal1(e Jnd ,'ur,~, as well as ,ny other i iabil ities arising under :3 u c h ITIa tit i me emp j 0 yme n t . A-GO USACE Corpus Christi Ship Channel Soundings 'hf.' ilSACE >npu,; Cirist i Ship Channel Soundings presented in Exhibit III are pruv, led f)r the ontrdclnr's Lnformation only. The City and the Engineer li clim any respollslbLlir"y for the accuracy, true location, and extent of eh(~ [ormd! ion, which has been prepared by others" Further, responsibility ~s c sclailled tor the ;Ilterpretation ('1 the data by bidders for use in "stin,ting quanti"tJ"s oc appJicdble work ,[('thods. ~-61 Electronic Equipment Allowance (Required only for Base Bid 1) Fc-v] ie a 35000.00 .illowance for the purchase of new electronic equipment to be u:-:ed by the r~ngineer including, but net limited to, Computer and Monitor, l\lj-]n-One Fax/Copiec/Scannec, Digital :"=amera, software, and any other per ipheral iJ.cceSSOI les deemed necessary by the Engineer. This cost does not in lude malntenc;flcf', u,pa 1 rs, <) c replacement costs t,ha t could occur during 'he (lll:aticn (1 Ut( Work. The Engineer will seLect, and have the Contractor order equ i pmer: t 1S dcc:>med suffi cienl to sati sfy Work requirements. i neta lation shed b" paid for by the Contractor or his appointed repre.'ientative, It he Sngineer's direction. During the duration of the Work dno I the Enginee, , s discretion, any an,'j all maintenance, including repair ,)nd/c replacemr;nl of computer equipment (and all other devices outlined herei ': i shall Le paid f r by the Cont ractor. Any and all repair or repla'J,ment act} vi t Les necessary shall occur wi thin 24 hours from the time the" t:ngineer hdS requested service in \Hiting to the Contractor. All equip"ient purchdse 'vi: i 1 be turned OVel' ::0 the Ci ty upon satisfactory orr,pl ,ion f t.flP B se Hid 1 wor k. A-62 Electronic Proposal Form The 1 llowing parac1Laph modifies Paragraph B-2-I-Preparation of Proposal, of ,he G,.neral Prov si .ns: t Th" <idee :121'; the optlon of submittlllg a computer-generated print-out, in l.lPU ,f the Proposal (SHEETS: 3 THROUGH /3), INCLUSIVE. The print-out will list II bid Items including dny additive or deductlve alternates) contained em PIl'posal Sheets 3 through 2] of 26). The print-out will be substantially ] n tl e form as at ached in Attachment I. I f the Contractor chooses to ,-;ubrni' a print-out, the print-out shal] be accompanied by properly completed propo,,,J pages J 2 24, 2'". and 26. Section A - SP (Revised 9/18/00) Page 27 of 29 1 iJdit t.n, p 1 11 ~ () i J ! wi 1 1 t t ',e 1 -1st D1 ;j rem : conrain the following statement and s gr ture, (CCiltCJctCH\ herewith certifies that the unit prices shown "s prlrt-r)llt lor id Item:.: (incLudinq any additive or deductive J tE' -Iates) ')IILa :,"d rr ni proposal H the unit prices intended and that ,d -"ill De ta,-uld','d ;,-irn these uni' prices and no other information ')n hJ:J =r 1; au ___~, (Cont.ractl)t') acknowledges and aute' iiat' Ie Tc al lid Z\rn-:ur,t shown wi 11 be read 1S its Total Bid and 'n r agu~'3 'ha Ul' () fj '.,] Total Bid 2mount wi: L be determined by mill t 1 yi n J :le un L b 1 j 1 ,- r:olumn IV i shown in this print-out by the r,-sp, tl'Je, 'flat.d '-'juan' dee" shown in '-he Proposal (Column II) and then :3 l nq t .i-? '-::x en :ec1 ,'~nounts (Signature) (Title) (Date I A-63 State of Texas Use Tax l'he' pipe,: 3t t, nt r a.:t..,J1;ha 1 ,jpte ,'nd rl( '",hether 01 ne u!hdbilit"tion wcrk is applicble =omptroJlc-'f f Publ; l\C'::C)Ill1tS. not the State of Texas Use Tax for on this project and may contact the Section A - SP (Revised 9/18/00) Page 28 of 29 PROJECT: SUBMITTAL TRANSMITTAL FORM CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID; PROJECT No.' s 8429 & 7173 OWNER [1 u COf<PU,' HFI~TI ENGINEER: HINER MOSELE ANU ,~SSOCI^TES, INC. CONTRACTOR: SUBMITTAL DATE: APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 9/18/00) Page 29 of 29 PART C - FEDERAL WAGE RATES AND REQUIREMENTS Page I of2 Ge' ~=ljl ;eCl.':3 nfj l..JlJmbE :,' '1'). =~,( C'J\j C' 6 I'.:l/ iJ () 1':0'1 ')1]L\,::-r ';e'h"d~;ene'-'(11 De I SICI; T:X:O:)DO](l St>::i....E' "XAS Canst u,: 10[' "vpe: HEJ\'Vl (~Ol"it i ( '3) NU~,l.:E:: ;AL PATP1C 10 HEN1Y CCNSTRUCTTON PRe,fEeTS line l'Jd i ng Sewer clOd Water Line Constru< LOll 2nd flrairage Projects) Mod f Cd' Ion Numl)e r () Publication Date 6/1300r:' :OUNTY I , 'JUl':cr:S S .l\N IJ}I.TR J C I) SUTX2 5: l2/01/1987 "ates Fringes ARPENTEP Sel tlnci (Exc ludi rq } rm $ 9.05 ONCRETE .'INISHEP 7. ') 6 LEC'l'R I C1 ',N 13. 11 2.58 uABOREP S : Comm,r-n Ut Lit ~ 5.64 7,68 'OWER EQU i PMENT OPERIITO:<:'; r Backhoe MOlor G dd'.,r 9.21 B./7 ~ELDER: Recelve rat. pr~scllbed for =raft performing -perdtJOn ro which welding IS lncidental. nlistcd ! a~;si fi:::atlon: needed fOt work no! included within ne scope f th,,,? lrlassi I ieat ions Listed may be added after ,ward onl i as provlded I n the abor standards 'ontract clauses ;.> 9 E'R:,". (a) (l) ( ! i ! ) . " the li t ing above, tl,e "SU" de:!ignation means that rates isle.] lnder lhat dent fiel do not reflect collectively hargained wage .'lnd frin(;e benefit rates. Other designations ndicate mions whOSE [" trec.; have been determi ned to be ;ceva Ll..Lnq. WAG} DETERt1TNATloti APPEAlS PROCESS Ha:c tl rc been an irlltial decisl()[] in thf' mat.ter? ThIS can De: an ex sl 1 ng pub J ] shed.-Jage detelmilEltlon a s'uve;. unde! lyiIlq a N'age determination http://www ,wdo I. gOY /wdo l/scafil es/ da visbaconITX 3 9.dvb 9/6/2005 Page 2 of2 a l/'JdgE F s t: n [If ] I. nQ 'l n..i h Lvi n 1 e '" t e r '] D:1 a "age (j."t,'r in"J( i ."mance viii' ana :,,?tting forth a matter fIcatIon and rate) ")[1 ; 1 \IE-' related rnar,j rs, III l;a ("Clntact, includIng requests ies 8f su:ve "3, <hould lie with the Wage and Hoar uft] ce [)l th area n whlch the sur.]ey was conducted hose RegH>!,a1 Off ",:e:] have responsibility for the In survey pro;ram. _t the response from this initial " not sat ~fa tory, 'hen the process described in 2.) hould be t 11 wccL for SU!1lIlll Reglonal becduse Dav I. s"Ba ::::ontact 1nd 3 Witt, JcJgird to clflY "th, r mattf"r net yet ripe for the formal pro es~ iesc:cibed here in 1.;- Ld '20nt act should be wlth the Branch )f ",)n;t, lctio'1 I/Jagp D."termiII,jj iors" Write to: p.,a""h of '":onstru, tio]: Waqe Dpterminatiolls Wdg," and Hour [Ii vLsior: L Deparrment f Labol ;',)0 'onstl~ul ic,n !'venue', N" \'IJ. Wasllngtoll, I'" 202lC ',) If tLe answet te tI,., quest i on in 1.) .LS yes, then an ,ntece>it(j part Y I thOSE affect pd by the action) can request, "eview arJ recull~ilckration from the Wage and Hour Administrator See 2CJ iFR Part J." all 79 CF'P Part 7). WritE' to: wage dllcl HOUI Admlnistrator J.S, IJepartme'it of Labor 'DO Constitution Avenue, N. W. Washlnq~on, [ C 7021U l'he r cqUt ntere te lata, [,re 'equPsl aT sh(uld be a :compalllcd by a full statement of j party's poslcion and by elllY information (wage l"ct descrlpti >n, dred practice mater ia1, etc.) 'onsiders r'el'~vant" tl the issue. thE" payment that the .) f th decisLln If ; he .l\dminisl rator is not. favorable, an ntpre'cted party may appeal directly 1:0 the Administr'ative Review ",oard fotnerIy the' Wag;. Appea s Board), Write to: ~dmlnisrra~iv~ Review Board '. S, Depdctment of i,abol 00 ConsLltut on Avenue, N. W. Washington D C" 20210 . ! d, lS 1011e:; tlY lh," l\.dIninlstrali ve Rev} ew Board are final. END at G~NERAL nECISION http://www wdo I. gOY Iwdo I/scaftlesl da y i sbaconITX3 9. dyb 9/tl/?OO'\ ,~o e t ~1l 'eCi S t-J:,_imbt--- r T}',()J( C)~)F Su~el3e led (;eilerdl De' 51(.[1 to, [XC20055 ()6/l3/ 00; TX58 St:--i Lt' r XAS Canst :~\l '~ion !''!pc H F:JI'J 1 Count'!( es) STJ\Tnn T Pipelcnl -Off-ShcJle ~or oLru,tion Modif Cc ion NiJHlber o Page 1 of2 Puolication Date )6/1317003 :OUNTY (it-co) : ;TATEWIDF SUTX700 L\. 01,,' j] 990 (,NCI10!< or ":RA TOP .:RANI:: OPE,{ATOR ;)ITCHES ',SIDEBOO!>1 OPERATORS ~TALKING HAGlINE OPERATUR [OIST & iir:CK ENGINE, FORK L lFT I. MIXEP O?ERATORS, POT "'IREMEN 'IPELINE WELDEP p,1ECHAN J C ITILTTY W:::LDER E:LECTRICI !'IN ;PACER cTABBEl< IGGER PRAY l"AINTER, BARGE ;PRAY PAINTER, E'AB1UCATI 'N :EM] . SF T. L I.F.O LABOR:O:P LABOREF 'OOK, ':'HILF OOK, Ee' 'NO 'ROEkLY 'ECKHAND rVER "ENDF,R Rates Fringes 10.75 .68 11 .50 ,12 1 1 .55 73 9 . '1~,> 61 8. 45 .53 1/].00 .58 11 40 .72 11.00 .69 11.10 .12 12. ;)5 .n 7. "'>" .46 L,) 8. 50 54 8.25 :)2 10. 16 64 6. :):1 .41 5. 63 .35 .-, :1 ~1 .48 I 6. :~J (l ,11 5.63 35 5. EJ .32 11.67 1. 75 6 c_"'> .'13 .LL WELDERS - kecei'Je care rrescrli,ed rer cra! t per forming operation '::> WhlCh ,<J""ldinq ], inCidental inlisced . he :3cope ward onl" ? 9 - FP 5 la;;sificdt~on f the I a s i as provldcd (a) (11 ( i ). needed for Hark not l'lcJudp(j within Jcat I OlJ~i 1 i sted may be added after n t'H' abur standards 'ontract clauses n the Ii ting above, tli'2 "SU" de,ciignation means that rates Ist00 imicr thatldent!fier do not reflect collectively !.drgarned wage and frinqe benefit rates. Other designatiuns ndicate nions whose rdtes havc been determinpd '.0 be r-eV,J 1,J Ln"'J http://WVvW c wdo I. go v /wdo IIscafi 1 es/ da vi soacon/TX5 8 .dv b 9/6/200'; Page 2 of2 ~A,~ DET~RM NATI N AI DEALS PROCESS >' riel o::~ r ( n ',itL:] de(:i 10n If! the roa-ter" This can [Jt--:' a'; t'Xl t lnq p ill! ',he a 3Ui'VI'y underlY1Lg a Waqe lnd He,JUl Dl vi pc,:..;i c i, on ,) WdqC d. a '~O!lf( r-mancp (' ~d(ll t el i ng wage aetermlnatlon Wd(W cietermination ior. letter setting forth a termination mattel )n;); classification and rate) m jCUCJe\ cela1ccd mattrrs, nltlaL 'contact, including requests : or ';urnm" r ies (f~ur vej sllou.ld bE-' '..,-ith the Wage and Hour ><eglona.l }ffic" ter thE are,", in wh]=h the survey was conducted :;ecause tt10se heglonal )ff1ces have responsibility for the _'aViL;-hac:,n survey program. If the' response from this initial ontact not satlsfaetocy. lhen the process described in 2.) ind ).,' s'LJuld be Ie, llcc,ed. l,ith r"g<3"j Lu cE,'y )thE,L matter no: yet ripe for the formal :>roces de3crited h(-'re, init LaL contact should be with the Branch I Con Ll lctior Wage Dc' ermLnaL,Lor,c; Write to: Bt aT WelgE U ~ 200 WdSr, iJ of Construe ion WaJe Determinations {nd Hour D1Vi ion Deportment cr Labor onst 1 tJ;tiC'1 T' 'enw', "J, ill ngtor, D_ 202'0 .) f th afls,^'sr r.u th- qU(-'sLLun 1n I.} is yes, then an ntcrest_el pacty I th;)se afff~ct,>d hy the action} can request eview and cec:cnL.,iJer-atlon from the Wage and Hour Administrator See 2') cc.~' Part I. fj an! 7'l 'FP. Part 7). Write to: ~Iag'-' 'Hid Hour Adml rnsLrdLur I. ::;, Depart me 00 (.,Jns t:i j ut ",ashi'igton D It () r" Ldbo r on /\VOlll1e, C /'(} 10 N, W. he r eque t sho.lld lJf..' a compdll cd by ,3 full st3tement of nterestel part!' s pC1si' ion and by any information (wage lata, prOle'ct desc: ipLL' n, arei' practice material, otc.) <equestlr - ons ide r:! 'el'~vant t, the issue. rhe payment that the if 'h. deci.31)fL ()f he i\dmlllistrator 13 not favorable, an 'lteresteci party may ap!+~aJ direct,ly t.O the Administrative Review ,acd (Io'merly the "Jagt App"aLc Board). Write to: 2\cimjnLstlCl'lV' ReVlel-i Board i. .';. Jepal tm~nt ('1' Labor 00 Constitut :)n Po,venue, N. W. ,"lashing or., D C. 2021Cl ,) 1\11 d< ,'isiow; by th( AdlLl.nlst_Idt ive Review Board are final. END ~F GENEhAL DSCISION http://www . wdo l.gOY Iwdo l/se afi les! da vi sbaconITX5 8.dvb 9/6/2005 (;er,~r -l- ~~c-,-::-;i "Lllllbe! T:<I ;301 i 98 06/13/2003 TX98 Sup, reo" j Gpnerd 1 'lee siall No) l:XC 0098 Sta" T' XAS Con t.l uc' on TYF": DRET:G I NC CountY(l ;): STA lE'rJ I C1:, Page 1 of3 DREUGl'lC i:'RO,JECTS ALaN!, THE TEXAS GULF COAST AREA INCLUDING ALL PUBLIC CHANNELS, HARBOfoS, HIVr~RS, TRIBUTARIES AND THE GULF INTRACOA';TAL WATERWAY:: Mod I flea' :.on Numbe 1 o Plll >11 '0 l 10fl Date 16/1/ )OCH :OUNTY (ie:. :TATEW1 DE SUTX2053~ 0]/18/1991 kates :JREOC;ES 1 h" AND Tv;;~F LEVERMAl', DREDGE TfNDER OPERATOR FIRST ASSISTANT ENGINE~R SECOND A:;SISTANT 2NGINrER THIRD AS~ STANT ENGINEER DECKHAND SHOREMAN FIREMAN OILER rRlKK DP \JER WELDER 6.10 5.15 6.06 5.50 5.15 5.15 5.15 5.15 5.15 5. 15 5.47 !JREDGEco UNDER 16" LEVERMAN DREDGE T.:r1OER OPEHATOR DECKHANC OILF.R WELDEP 5.15 5. 15 ') . ]'i 5. 15 5, 15 .IYDRl\ULIC ilREDGINC FIRST COIW SECOND cuOK MESS PER"ON JANITOR CABIN P~RSON HANDYMAN 5. 15 5.15 5. 15 5.15 5. 15 lERPICK o ERATOI' 5.38 DOZEr< OPE~ATOR 5. -) 3 '1ARSh BUG<, Y DRAI";r. I NF OPERATOR :JILr:H 6.70 6.33 http://www . wdol.gov /wdol/scafiles/davishaconJTX98.dvb Fringes 9/6/2005 Page 2 of3 WI-.LDER Re':f~ <"E tl.. y.,rhi( " weldl-:l.; ralC? pl scrli)ed s 1C lCier.1 .,} for craft performIng operation - ---..- ----------- -..---- ------------- UnCl tt j cla~csltLcatl )DS :-.eeded t.)t work net IT.cluded "ithin the cq:e of U:(~ La: ifi,-attO! " listed may be added after ahdrd c;, 1 y a.' rrov: dE j ] r thn L"rJor standards contract (:lauses (;; Ff. }.'J(all'j (Ii) In tee stin'l abo-'e, tllf? "S'!" :k:;ignatIon means that ,oates listed j[,der that de; tifLer do not reflect_1ol1ectively bargained hacF' and fr: nge :Jenef it rates. Other designations indicate unlO::s -,;hose ratpSfJaVe been determIned to be preva l 1!g. WAi;E DETERNINAT 'IN i'\PPEJl.L:; PROCF.SS 1 Has rhere bpen an be, nitlal declslon 1n Lh, matter') rhis can an txi ting publISr,f,: j w2ge detennination .. a S',cvey underlYHlg , wage :letermination * a Wage lnd Hour D Vl jion letter setting forth a pes; ti 'Il OIl 3 '^,age di,termination matter . a ,:onf r'mance (Ideii t ona I cLass i fication and rate) Lll ;',lg )n ur,Je rela'.ed matt. cs, ;,r,]tial contact, lncluding requests for summa ries )f su rveys, ShOll I d be ',;i th the Wage and Hour ,~eg.Lon'-ll {/ffice for th,- area :n which the survey was conducted because those Heqiof,al )ffice:; have responsibility for the 'Javis-Ba"!D survey procrram. J f the response from this InitIal 'ontacl JS not satisfactory, then the process descrlbed n 2.) lnd hou ld he f c llc,;ed. ,'lith regard to any ot.h, matter flOt yet ripe tor the formal [lrOCess described here, initial contact shoulc be with the Branch ,f Constr :tton Wage Derepninations Write to: Bran, Wage (J, S ?OO h of::onstruC1 iO:1 Wa'jE> !)plf'rminations and Hour Olvi ion Department 0' Labor 'onsLj'Llr on f\,',enue, fl. W. Wash'ngton ?02 () If th, answer to thE' qUE'stJon In 1.) is yes, then an ntere.':'ed party (those 3ff('cted by the oction) Cdn request nview e!r1U recoLsiaer at)n froIT, the Wage and /-lour /\dministrator :;ee 29 CfH Part .8 clll( 7.9 "FF- Part 7). Wrll,.' to' V'iage and Huur;dmj~,i.strato[ i.S. DepartmeTi: of Labor IJO CnnstitutlJn Avenue, N W. ;vdshIngt()'1, D. 0. 70210 ['Ie r eques 1 terested ta, proj '--'que:, tor should De ac 'ompanied by d full statement of party's position dnd by any information (wage .t deSCLLpi ior" a:ea pr,:!ctice material, etc.) onsjdc~rs rc'Le--'ant to thn l.c;sue. the payment that the http://www . wdol.gov /wdo I/scafiles/ da visbaconlTX 98. dvb 9/612005 Page 3 0 f 3 ", I df'( ."; )~-! ')1 theA.dmLr:1S~1ator IS fJ t fcJ.vorablc-::, an fr,C, r""it ,I par'v "ld d ped! d re, I) to the A,jm:fllstratl'lc! Review Beo ;-1/1 I.me'lll ' IF' Wa e ;i.,.rJpE~' " he'crel). Writ,. t,): AdiT,i :L3'lrlt.i 'e g,C'Jlf \-; HCdrc: U. S. ~_-)epartlnent .)t Labc)? 20D >);l.-itlt.U lun P\Vtrlue/ r~. w. fiJ ash L '-1 (J or. () r 'I (' (12 4 .) [\ 1 'cisi JilS by tie Acirnlrlcst.Latlve Peview BOCird are final. END ',)t' iiENr:RAL DF.C;S eN http://www. wdol.gov /wdol/scafiles/ davisbaconrrX98. dvb Q/llI?OO", AGREEMENT THE STATE OF TEXAS 5 COUNTY OF NUECES 5 TH I :3~GR.EEMEWr er;tpre(] 1 nto this 15TH day' of NOVEMBER, 2005, by a J ber WE~e t hE CITY OF CORPUS CHRISTI f the County of Nueces, State of T(~ as, aCT Lnq '-r- r gli 1::3 elL 3uth r zed ity Manager, termed in the c) ra 't [ :urnE'n -3 '-IS 11 - , n 3 ci Kin<;l Fisher Marine Service, LP termed 111 he >n ca t [)Ulmi nt C1- "(' rtract 11 upon these terms, performable lnJue 'es ':)unt;, lex IS: I :oIlsideratiy of cre r>::iyrnent of $3,250,000.00 by City and other o b gar i ',) n< 0 f 1 t" ,s e u hereirl, Contra tor will construct and c()[rplete c rtaJ T llrpr 've'nert: s scribed as follows: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 2: $3,250,000.00) a c r d 1 n q to ':: '1 e at. a C 1 e :: b' j.cJ[1 s and S p e c i f i at ion s 1 n a good and w ( ) ~,ma n 1 c k I rna;ln r i r LhE r:J1CeS af)l conditlons set out 1n their at' ched Ld prc)P)S 1 uop lng at their expense such materials, SE' lces I ] abor ::l c! Lns 1::lfVf'3S required by the attached Contract Dc, :mente;, inclu,:l1J1Ij ve Sf In:] the en: re 'job. The Contract Documents lIt UOF r 1 S All Eerne; t, t. r te' l: pr pClcal and _nstructions, plans and sp 1 f Cdt Ins , .1 1 di ;J a dl 1n:1S f he t- E' 1 OJ ':La r' E ;-~ maps, plat s, blueprints, and other Paymer' bonds, addenda, and related dc> lmer,t;; Ll ct 1,)h.ic 'n,:,tit lte the ,,',ntract fDr this project and are md a par' here c Agreemellt Page 1 0.': 2 -- r~.'" "..4.................,......__ -........:-- "-".~.....J..l..C..L. Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing P ART A - GENERAL I ITEM " -:1 c - ,~I -6 -=-="f"-.= II QTY L.S. 1 c~ ; J . "-..I ~ 1 L (' , .. ~...' .. .. ,") ~ C' .. ,-)" .. .'. ~ . III _I IV Unit Price Description -.. _....~_.- _.._._-~._.~---_._---_.- ,.__.~-- ----,--.-.---...-.---- ---. ------ ---- ---.-----.------------- ,. -, --,- - ---------------- [.J)O 1 i ;' a t i,': [crnob i Ii, a ti un )mF L"t '~::1 n pla ,~ per Li}!El[ :;'.un. v Total .cc==-=-== NO BID $ NO BID ~---- -----~_.~-_._---- ;; L t; r (-:; t: 1 I j I em I 1 n " U din \] but ll!t LLrr.Lt d L lanclsc:ipinCj, ("{C. vat 1;1 crnbdllki:ient, I)C1 \..;ay:;, d '/ie'way~;, :nd Pdd:inc 1 to;; omplEit. in plC1C'~ ~ JJe r Lump S urn. ____ "___~__,_.,__~" T I" a f fie ee) n t:} 1 P J an j 11 S te111! t L (:)]l , rn a i n ten " nee , and r"mC'Ja 1 c'-omp] ',te in F'! ace' per ~ _ L umF _ S urn. 'n__~_', '_, . _On' St'Ol In 18ati:r P()11ut iun Pre'c'c:nllcn F'lan insta lation, NO BID NO BID NO BID nldir t:.en:n,' , '111d 1<'mUVd 1 ~;~<:~,~~,~I'CfI; E"~l~~ati;~n~ump ;jum'l~ \ )~I L:..et' I r 1 I ,1C-::.EC:_ P c:E~L ump 53 urn . IJ l i 1 t'! ad ins (ment all owane," , -:: O:~DOO~ (:('rrtEL.EC:t: In p llce '.'r Lump .')um. I t~l ec' Ii' 'lll.l..lPmern 'jl1r_"l'iar:ce, J ... ;5~~O ~:.:c)rnp et' J [i 1'1 ace p\.::1 ~.Jurnp __~~fQ. ---- ---- -- ~-- ~-----~--~---_._- -~------~- PART A - GENERAL: (Subtotal Items A-I to A-7) $ NO BID $ NO BID $ NO BID $ NO BID $ __!gJL,__()~QQ.._ .i5,OOQ $ NO BID r'rOfi- ; 1 f l'cl(J'. PART B I ITEM _1 L _ '.l -' -4 -s - (C, Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing WATER IMPROVEMENT S II III QTY Description ,1 c; , !:. i.-itch .I'!.:' cLLamcct,1. HDPE: \.; (, t E r mli' 1 'vi i t h he 1. i z; n t ,1 1 lj il! i:lstalJat,ion, Hlilterial, p1 p E' S t c i IlJ -. cut, a ~; s e Ii; b 1 '/ , t: E' s t n g, it n u ins tal 1 a ti () n -::cmpiet n pJdce per I.ined~ ['"cot. -----..-.- -'--. ---.--------- -~.. - ---.---,-----..------ LE-irlCh (I.[:,) diameter PVC: 'J 3 L e' mlLI '~i i tho P (', n t c e n c hi n 9 . ELite laLs, jnstallaticn, '-t~ .s t n 9 c c' mp 1 E t e i fl P ] aCt' per Line lr Fout. lU F' 4 ;;],. if .1'lch !'1C te .Ln q2i te veil 'Ie compl c Each. I T\i eel; 'a ," V a I v e , ItFl n h (J 1 e I ;';I\, (', "p rell ic n :,;top cHnpl t jn.po pJ1_,= _pi'!' Each, c: ' lI1, C t ',./Cd E' r t 0 (~ z i s tin (J NO , u . ( '(:JrI1p I ~_t( i El_ p~ d C e c"_l:_L. urnp _,(~urn . _ Tr 'n h Ifety for \'htCY main lC:Jp"n tL(c>nch ~; cJrnent, .mpll:te F . "11 P a (' ( r e r L i n ear F u, t . NO Valve Vdult, inc1udinq concretE' \' il ' 11!, '. I 11 pip i n 9 , d 1/ '2 S I t i' t ng, lLdtr'Lidls, 1 n t lic;' i n rn p 1 C' t (. i J: f' I j'~ T NO P' c ~ ~rnr:; ur~. PART B - Water Improvements: (Subtotal Items B-1 to B-7) :-()P~-" 1! '1'" U~i~:~=E To:al = --~----'------._-----,.--==---_.- - -- -- BID $ NO BID ----~ BID $ NO BID BID $ NO BID .-------------- -,- --~----~ ---- -" " BID .) NO BID ~----- ~---------~------ -- BID $ NO BID --_.-- ---~ --"~._--- -----~~ BID $ NO BID ------ - BID $ NO BID ~._---_._-- -~ ~_._~.- --~---~---..~ -------.-....--.--- ._~._-_.- --_._.~---_._- -"- -- -----"- ---- -,--'- --"- ------.. ----------- --------..._-- p ~r~~ I I NO NO NO SliO BID PART C i j _ ITEMj '---r ! I 1 -- ;? - '1 - :) -c, ~, h 7 Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing WASTE WATER IMPROVEMENT S II QTY L 4 ,j ,F. .ou E'. :1 EA. .) "~A. '. ;:; -_.-. )0 F. III ...... .~~-~-~.~l ____M_. -l- Description J i' - :1 C h ('I. 0 ) ,j i am e t e r \./ d '3 1 ..~ 'tI . 1 t \: C I1U i n 'Iii h HDPF: hi .r j () n t- (1: (11 L 1 i n ,':3 t cl L J c' ~ t i () n , IncitE. cial, pip" st.rinq-uut, d : ; S Cl nb J y, t t' s ti. n (J, d n d llist JlJjtiUf ,..,J[nplerE~ i.n plclce r linc~ar I~'O(IL. -~-- 1 -"Ich (1. I. diameter pve h'd~3t~ Vi.lter main Viith ()pc=>n tIen -hiIlg, rnat,Tial.s, instillatiun, testin9 complete ~!, p~-,: er Li fleal Foot. L'-iilch gatE. vdlve ccmplete In plac pc'r Each. :"Iie 'ell'lsE' '/11ve, manhole, ~ ( r D rei tic n ~; t !) P eiIl1!:') I in p J a C J)5' r E a c h . C:unn' c:: t,'la t., Via t c: c l I!XLS'lncr, ,'om).,Lc,ty In ulace per Lump Sunl. T ( '11 h .' . if." t '/ f () r "'1 a s t- I-! a t c:' I 'P"11 :: rE.' C JIlilcon I, C 'rnpl e Le J il E.' a c~' .1' ":' E L i Il ear Fuu t . [.: xis! in!1 \-11 S t~ "-"; ate r li:1 c' r e pal r ern i merqency spill re:.;ponse .,1 ) 0'... an c'Hn!)] etc 1'] pl.-]c(~ I clInp ;:; dm . - - - IV V Unit Price Tota I NO BID $ NO BID -~-~ -- NO BID $ NO BID --~~- --~ NO BID $ NO BID _.~~- ---- .~ NO BID $ NO BID _. ---- c-----.----- NO BID $ NO BID _.~_.~ --- -----~~---~- ~'------ NO BID $ NO BID - --- - ...1J~_ 0 0 Q. $ 2~-,-Q.9 0 --~- --- - - -- 1 PART C - Waste Water Improvements: (Subtotal Items C-l to C-7) $ NO BID PART 0 - REMOVAL ~---=~l= ~.- .~ . ~~~ ~~QTL. I -] I f i i I -j I ! ) <1 _ _ U~ ~_~'__ LH~ ~. II 1 _ s. 11 L.,. i -t - 1 ~ L ,; L Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 2 - Removal of Existing Utility Crossing III - IV V Unit Price Total 425,000.00 $ 425,000.00 t 80,000.00 $ 80,000.00 e - - 2,500,000.00 $ 2,500,000.00 e - ._~- 35,000.00 $ 35,000.00 - .---..- 50,000.00 $ 50,000.00 . 1~1 00,000 $ 100,000 .----.- ! : $ i 60,000.00 _ 60~OOO .Ol!._ ! I '_.._-~---~ Description -- --..-------. ~-- '- ----- .----- . :'.,1. Mobiliz~ti n/Demobilization ~:OIOp et' and j fl place per l,u.mp Sum. 1 'X.4 :-: i t ere ::< t () rat: 1., n , i n c 1 u din g b u not irrd tel tel landscaping, E:X ('a"\ at i on and embankment, to, ldv-;ays, 1r i veways, and parking lots; complete in pIac _J=-)~t Lump Sum. ....______..__..___ Clear Lng, pure) i ng, and remova 1 f e>Lstinq utilities from underneath i1nd '.-Jithin the side slop~s of 'he ship channel and fnlmm-shi)ll' i.ncluding two (2) L;J. ir::h Jiamt,ter water lines, LI-.'('(::O -inch diameter \-Ja~,tc,'Jat)'r Ljn(~,s, two(2) 10- ilY h ra,; } ne:::, and one i 1) fir alarm caLle, maintaininq and re-ps ablishinq side-slope cabi it (f Ship Channel side sLope;, ,mc1 traffic control ::Jurin I the removal of the existing utilities, complete . ._ _~j~-:-pl ace_ ~r Lump Sum. Storm Wa1er Pollution F't'f-:,ve',ti"n Plan installltjC)n, Ind nt 'nar Cf~', dnd remOVil] cornpl tE in EL:"l-'=:_'=---Pe.!~__Lump Sum Exrl\o ate r'y [,X avatioTl, (ur~lpl, ~!,'_ inE~dc~..-F_e.r_Lump Sum \]t1 Lii Y ddjustment al1.CiVlance, cc 1.!c 1112 La e__peE. Lump Sum U S ongsh r~ and Harb r Ii r kce S Ir1S'Jr-j!1 e dnd r..Jdcitime c- ..) . Emplo'1c>1' LidhLli.ty Insurance, ,mp}, te III pia e.J~.5:.r_Lump Sum PART D - Removal: (Subtotal Items D-1 to D-7) $ 3.250.000,00 ""posaI Form l.I(' f. '.)! 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~ ~ -~~~~-~- ~ ~~ ~u__ I II III v QTY Total I , and within the the Corpus is Channel, ('cipped al and)[li>(] i Il place, cmplt te in 1 i L place per l,ump 400,000.00 $ 400,000.00 PART E - Deductive Alternate No.1: (Subtotal Item E-l) $ 400,000.00 r:<' s a 1 F'"; pr. --; f (:orp1JS Christi Ship Channel Utility Crossing P~VISED AND ISSUED FORIRE-BIDJ BID SUMMARY TOTAl. BASE BID 1- Part A (Items A-I thru A-7) $ NO BID Part B (Items B-1 thru B-7) $ NO BID Part C (Items C-l thru C-7) $ NO BID NO BID TOTAL BASE BID 1 (PARTS A + B + C) $ ..... -4~~ ~O~. 0; $ Deductive~~e~~~~~~~ ~: (rart: 13 ( E 1)) $ 3,250,000.00 > ~OT~ ~SE ~ID 2 MII~~ n~DVCII~~ fiL~~KNR~~ NV. 1 {FAR'f' D (:...LLl~ f)-I "Hu<.,U 0 i) .t'J\Kl .t!; pTl!l"1 ~ .l}) $ 2,8~O,OOO.00 IT'!. tlU 1.1 [,.y, 1 Bj.jdter i ,.~'C.)T -~ u t h t 1, :) r~o i j Pit '[at '.<1(. I the i ,j! 1 ) \-1 1 r: C/ bid I J <:,,::cc.d i..s items may not be required and Jiven by the City for each of ','.e L r-~ t ; 1 ~,~ t.-:' ~ ' i' it' [I 1] CF:J : [I rj t 1 1 i i I .J",i r' III ! ! , j,-jl U rT1('r ,', '1 Xi t l I ~.',' 1 :-i ',;..j .,l .~) ~ 'I ! t i; I p r:\i~ r n (:~. >qJlO1 1 res po n s (~ a 11 C) '.~l a n c f~ j 1 '] :-[1- 'r': :' . : J ~ 1 U1U .t r- -, '-, , , 1 ~ -I t r I ' 1 r. C(-)!llt" ~ '~'-'\1 t e:;l. !\ 1 b(-' 'v-v'. ':)\ t t. r 1--" , , Ii the; D1 j i.terns prior to the City 11'1 J or ,';'> provided in the proposal I" I:, 1 c:r:': c'n the scupe of 'rIO'rX agreed ,', ,k II h () r i z a l :i 0 n s 0 f the b i c! i t e:'1 j :. ll! f r <-=;!.1 -i J, (- :11(> it t J.l r t, 1 ,0 . 2. Bidder lS referenced to Special Provision A-61 Electronic Equipment Allowance for description )f bid item A7. 3. Bidder is referenced to Special Provision A-59 Additional Insurance Requirements and Notice to Contractor's A for description of bid item 0-7. r '~: I TrlE: C ,nt r c,';:.:H w 11 'ommeJli' work within ten (10) calendar days from da e t nEe" e e, Cl rte " 1 k )rder ard will complete same within 180 CALENDAR DAYS It t rr 1 ( is beuun. Should Contractor default, ra t.> mc,'! 1:H:'. 1 - j b ~ t llquldat <:'1 damages as set forth in the ( ra,.t [ ::ument s, C t .. il 1 r(~ y C n Li C' t: Ii C t r ell t funds for performance of the C(l ra't 1 rdCilce vlth the tract Documents as the work p'-1ress?-,:s S19 e in _L lalt' - +- ~':l ,_ rpus Christi, Texas on the date shown ab 'e. ATTEST: ~ It v , Secret3-ry CITY OF CORPUS CHRISTI '- By: ~'<.0..l=1-'''~(zjJilis Ronald F. Massey, Asst. C.' Mgr. of Public Works and Utilities C + APfWD AS T~ LEGAL"" FORM: \ , I, ' By: l( I. ~ Assr. Ci ty l\ttcrney ~ I f I \, 16-1, tb o.{; , ~ J I By: 1,1;( ~/~ 1~/f"bS- Angel'R. Escobar, P.E. Di reltor of Engineering Services CONTRACTOR ATTEST: (It Corporation) :n~~e. Tit 1 t: V l Cot: - C.J\f;\..i rt'\M LP (Note: If Person signi for corporation is not President, attach copy of authorization to sign) P.O. BOX 108 (Address) PORT LAVACA, (Ci ty') 361/552-6751 (Phor:e) TX 77979 (State) (Zip) * 361/552-1200 (Fax) PIg reerne L t ,,'age 2 of 2 0~~~AY'"~ IY r9UNCll=-~~I=tk~ - .-- SEG"f lA:i1V {I L,..;' lONG FI'HIR MARINI .IRYlCE LP ORION MARINE GROUP KING FISHER MARINE SERVICE LP CERTIFIED RESOLUTION I, Cindy S. Schroeder, Secretary of Kina Fi5ber Marine Service LP, a Texas limited Plrtnership (the MPartn~p'). do hereby certify that the foUOWlnl is a filII, Clue and correct copy of a resolution duly adopted by KFMSGP. LLC. the General Partner of said Pa1nersbip, at a meeting duly caUed and beld at the office oCtile General Partner, 12'50 Fuqua, Houston, TX 17034, on the 30'" dayoflwae. 2004, and that said ruolution has DOt been modified, amended or rescinded and continues in fidl force lad effect: UR.ESOL YEn, that the officers of King Fisher Marine Service LP shall be IS Collows: ~ RusseU B. Inserra Wayman L. Boyd Wayne A. Boyd David A. GuUiot Kevin 1. Keelan Elliott J. Kennedy Made R. Stautler .~ . ~ Chairman VlCeChaimun Presidcmt Vice President Vice Ptcsident Vice President Vice PresidCnt Treasurer A_staDt Sec:r~tary Secretary Asaistant Treuurer AaIistant SecretaJy Assistant Treasurer Cindy S. Schroeder Tammie A. Boyd Each officer of dID Partnership shall hold amce until his a=eesaor is chosen and qualified or Wltit Ilia death, resignation or rcmovll from office." . IN WITNESS WHEREOF, [ have hereunto set my hand ad atlixed the Partnership seal of Slid Kin. Fisher Marine Service LP this 30th day of June, 2004. By: ~".~~ Clady S. ScIuoeder Scc;~ www.klngft.hennarlne.c POBOX 108.159 HIGHWAY 3110 PORT LAVACA, TX 77919 .. PHONE 361-552-6751. FAX 361-552-1200 " ., : I ,; ":,: MMiNi-.lMcI Lp. ORION MARINE GROUP ~ING FISHER MARINE SERVICE LP State: T ~xas limited partnership Fomled: Converted from a TCXl5 corporation JUly 2,2003 OriMinally incorporated April 6, t 959 General Partner - KFMSOP, LtC Limited Partner - KFMSLP, LLC Partners: KFMSGP, LLC and KFMSLP. LtC are owned by Orion Construction LP. a Texas limited partnership. Olion Construction LP is owned by Orion Marine Group Holdings Jnc. SIGNEDTHIS&DA~ AI4Q~SI- ~N. a R. Stau cr, 1 resident KinS Fisher Marine Service LP Orion Marine Group Holdings Inc. www.kl"...lh.rmarm..cam P.O. lOX 1DI .111 HIGHWAY ~1'. PORT I.AVACA. 1)( 71tn PHONE H,..11.1111 . FAX 311.at2.12DO PRO P 0 S A L Place: Date: fropusal i)f -'-- -"---'--'- -'--. ----.- -,- ---.---- -----', ----------..-- a Co rpc ra 1 ion (reJ ani zed and exi sting under the laws of the State f OR a Partner hip o~ Individual doing business as ~-- KING FISHER MARINE SERVICE. LP J~01IT---1mCALIEXAS 77979~___. TO: The City of Corpus Christi, Texas (; !l tl (,men: The Jlldi'L" ign d !leIeby proposes to furnish all labor and Ild er iaLs, tooLs, an 1 n,.c c; ar'y' eCluipm(:nt, anc! to perform the work rlui red for: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FORIRE-BIDJ 2 thE Lor;ations set out uy the plans and specifications and in strict a( 'ordanc" wit~h the contI dct ijocuments for the following prices, to- '" E' copus at Fr:J elf: f'aqe ? Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Uti1ity Crossing PART A - "~~~ "~r~r I I I~:j Q:: ! ,~~ ~ I ~[~~~~ ; I 11\- GENERAL ,=~~ ="'C~~I'~= i L. ~.. . r- - I A.- L.S. l\ ~ 1 L a ~~ .. ^ r-\ -~ L.S. n. _. " L..S. '\ . T C' _J .. .....) . -I III Description -==-O-_-=_.==--=o=-==,c....,..,-.;;.eo--===c- ~c-==.-,-,=,,_ . ."= =_=="- ,_ -i~ ~~~o ~.. I rvJc'[lil LZc1ti II I I-x' lp 1 > 1:: ;1:1 j ! ;u DemobilLzati.on L n n!:1 c" pe r I~2:.!m2 ,..-- .~- S if e c: ~ 1: Lit Lon,i n ': 1 U ,Ji n q 1: u :1 c ]j m j t e j t 1 and s " a pin 9 , ex av,: ti n 1:I,j emban 1-':men t I C () : d w ( i Y~', ..~ 1 r i 'J e \OJ a y s, and pa'kiIl(J lot,; complete in pLiC _e~[ Lump Sum ._________~_._____ Tr ffic Control Plan in ta tat im, mainteclancc, an~i reIr.ov"t c'o[[1plete in :ilace per Lump :).Hn. ._._~_____ St( nn 1'latec [Jollnt icr, Pro venti'n ')1an instIllation, rrta n tJ n,] c'~' f and rem,)va 1 _"~!el_ '_c:.~.in lac:c~ er_Lump Sur[1 E xI ' 10 il t :' c! Ex c a V:I t i :, n , c'or'21Etc~n Lace Lump Sum it Lit/1:JI\Litmcnt a11o'rldnce, ()Llpl~ 'e ill ~0_c~l_pe r Lump Surn r~l(.<::tI (in i c; ':quipment alloHance 'onpler.EI ill placfi rJC1 ~L]!(\P SU:.f.l . IV V .--- Unit Price Total - . NO BID $ NO BID -----~-_._._.~ -.- i--~ t NO BID $ NO BID e NO BID $ NO BID -- I---- -.-. NO BID $ NO BID ---~- NO BID $ NO BID ~~~- - ---- $100,000 $ _~_.LOO, 900_ . --~---- _. , $5,000 $5,000 ~ .= PART A - GENERAL: (Subtotal Items A-I to A-7) r' ~ ,] r:11 F'. i '1;' $ NO BID PART B -. r=~= r I I L I ITEM j I r j I I I I B- 3- B- \ B --.; ij- B-. fj-- Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing WATER IMPROVEMENTS QTY 5 11 1 L.F l,10 L. F'. 1. ~ j ,1 U , ,. J.1.. . L. II -~.,...-_.- 1- ..... .... I I I o -, ) () i~;,-:;~- ... j.-id' ,;21 n1d ill '.'1.1 th [l(Jri ZOJttd 1 III Description il \ . i eLi c: rn c t EC~ r H D P E i Ir 11 inst.,llatioIi, material, f1ir e ~;tri.nq-c'ut, ils.c;'mbl'!, : e:tinq, unci installation :or:p1e'::e in place pet- ~'.~..T~ei~ F~o(:; t . ---- --~-- -'--"-'---~-'-~-----~- ----_._._._-_._----..~- EA. 1 6- iDC h (I. D.) di ame er rvc \lat-or L:cl1n "'lith open tren.::t.ic'Jr !lat~rid13, installat 'on, , e, tinq'ornpJete in placE2 per LiJ.'3ar Foot. ._ .____n_ __ __ .._____...._____.__._ 6- inch Jate valve c()rnplete jn c l.':ac:h. 1 -, ,'P -- (~ -,j '-' 1,;\ . i\ir F',,~'1C' Ie: Valve, 1I1dnhule, ('I)! :)0: It IJ :-;top complete ln P1.:.o:c__ e r each. (' 0 r 1 e c t '.1 a t (' l' toe xi.': ti n 9 l ~.r'i~_(~~t~:_ i:.!LJ):!:.CJ.c_e_J}E~! Lump Sum. Tee'tell Sdt ty for 'ddt er ffid.ln PO;::1 t ten'h ~; <]TIlCilt, complete ; [} lId, rH1 Linear Foot. 'val r e \. a Ii L t, i n c 1 u din Cj con ere t e \. aut, a. 1 pip i n <] , v 1 v E.; S , [ it. in i, met t ( i a 1 s , In:' al lalL( n (:urnpietE- In [,1-1[," ~ e r L un:'J.....; 1l!!I. . I--u~:t . -[price .~.~~=~~.~-=~ --- v Total -~= NO BID $ NO BID NO BID $ NO BID NO BID $ NO BID NO BID $ NO BID ~~._-~ -- NO BID $ NO BID ~--~-_._--~~~- NO BID $ NO BID -- -'-~'------f--- -- NO BID $ NO BID PART B - Water Improvements: (Subtotal Items B-1 to B-7) :. In ;-, j ~: . - , $ NO BID Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 1 - Installation of New Utility Crossing PART C - WASTE WATER IMPROv"EMENTS l~=' . ~-~== i [L: III I~"~.l=. nO QT~~~"oJT!~1'~6~'-'~" ~~,._.~~=.=_~=scription I ' !T:C (O.C)) diarnetf'r HDPS i ~~l a t ~~ ~;'/ (~l +-=. e '( Ina i n l~,j_i r I or lZ lit!] d:iU ic, 'dlJat'.on, n at 'j rid 1 pq),,:~ t r j il ( i - 0 u t ! l'_f- i 1 .1 L. I", (:- 200 , . F' . ('_ J . ' '._l L. S. -, ) O!) . 1. . L.S. III is::::mo y ,; lUll) / aLl n -. a 1 a! L ()f' i. ' 0 IT! r:.' 1 cui n p 1 ace Lc::.l l:i.E' eH ~~2.~_ 2- n(~ I.D.l diameter PVC wa~~e waler main witl open t rE lch nq, nut(:::rials, -. n s all a t i u r, t e s ti II Ci C (1 m pIe t fc: 1n )lae er LineaL fc)ot. EA 12- nel, qd'e 'Jalve ciTipletc in r Ie: 'P I el Each. ;':"ir re:e(: ;-)( v il"ve, rnanh()lt?, E.i\ ')1.! ,() j' l: II :! up (' 1IH1'] ,';l:e ln . F 1 a ' :~_J (c' 1. L: ( 1 h. ''In: eet \',dS[,:' 'ilater !.Xl tillq, iJl1TIi' ~:UTI_ 1):rr,LeL,' In place p(~r i'---' I Trr): I 111 I ell :: 1(::'L'/ ("~rch I () (>...: per ~----- --- Eor \~J (] ,c) [ l~ \-hi ter . ':'::1 D 1 e t (~ "()ITlf:T1 , Linear F .'ot. i.: :< i tilT '-'1 a s t dIld ',,[w rc;ccc:y :3pi 1i d 11, ItJ,lI""'rnpl et nc repaJ r sponse ::1 pllCC::: r L un;) urn . - IV V Unit Price Total .. NO BID $ NO BID -- - NO BID $ NO BID .- ~. NO BID $ NO BID -- ----- 1--. - '-- NO BID $ NO BID f.-~.._.._. NO BID $ NO BID ~--~._-~ -.--- -~---- NO BID $ NO BID -~~- ------------ .- -- L $75,000 $ 75, 000 --- - u -.. .~, -",==-==",.~=-"=-,~-- PART C -. Was te Wa ter Improvements: (Subtotal Items C-l to C-7) !' r .: 1 1 ) : ~ ,J ~;. c '1 '-J' . ,j ; $ NO BID , IT~ QTY ; Description '" -- =',-,==..-:-~..=-......:==!o~","= -===-- -=--==__c_==-:--==o.-:-'_ __==--=-:::.==~ , I i t"J.lb lization Dc:mobili?ation : com:.1E~te dnd in place per~1.lmp L. S. ~ Sum, fUS' -sTt'. -re3t~)'~'dtic)~,' i~c:!ucling bu I nut 1 i fII i t EO' cl t 0 I and s C.l pin 9 , I 1 ,~. ,') . I eXCd va t ion and emban kmen t, r:)adwa::r's, clciveways, dncl parking l()ts; complete' in pIac __ 2e r Lump S urn . ._.___ ClecJninq, purqing, and removal of xisting utilities from uncle rneath and '.vi thin the side sIal es of the ship channel and fro!p on-shore: including two (2) ] - neh clLameter ,vatcol lines, t: ',v 0 2) J 2- i n c h d i a me t e, r ,'j d S t '2 Vi ate c J i n e s , t \'i' 0 2) 1 0 - inel gas Line:" and one(1) fir alarm cable, maintaining and re-EstablLshing side-slope stal ili!y of Ship Channel side I slopes, and traffic control jduri ng the removal of the e,}: i:, '. i n ',J u t"..i Li tie s , c c' m p 1 e t e ,. ~~l-p lac'=-_EeJ Lump Sum. S tor 111 \'J a t t' r Pol 1 uti 0 n . PI ev,'nt lor PLCln installation, ma in :.enanc'c, allel removal ~. CU~\ Lf': t.; ) n Q~ ace r Lump Sum E;.;pl'lratolY Ex dvat .::ump _~tl lIl.F~~dCe..J)~~:L Lump Sum Ut i1 ty aciju.stment all"\>lance, :crnp eti' j IlE~dCE::_.P(:~~ Lump Sllm fJ. S.. L(}I~g5hc)cE:~~.lnci f-Ia rL~(Jr 'tk r k 1 [ n s u [d 11 e and H a r i time L::mpl Yi':S Liahi lity 1;1 Urdl1Ce, <'('[[1fl etl in pla 'e f,~l: Lump Sum PART D - REMOVAL r o==T- ,. ." '. I II .. f- 0- D- ;)- L . ~:; . )-4 C' .. >-) . r: ,- -) c ~ ~) .. ,.. E C' .. ....J.. .5; . Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Base Bid 2 - Removal of Existing Utility Crossing f-. III IV V Unit Price Total 425,000.00 $ 425,000.00 ~..- '- L 80.000.00 $ 80.000.00 e - 2,500,000.00 $ 2,500,000.00 e - 35,000.00 $ 35,000.00 _._..~-- 50,000.00 $ 50,000.00 '-~-~.- r--~"~'-- $100,000 $ 100,000 . -, 60,000.00 $ 60,000.00 ----~- "- PART D - Removal: (Subtotal Items D-l to D-7) $ 3.2501000.00 t r ,'1 i ~' 1.:1 ~-l'(' Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR RE-BID Deductive Alternate No. 1 - Removal of Existing Modified Method PART E MODIFIED REMOVAL I II IV Unit Price v ITEM QTY Total L1 us '}ppecl ornp ~;um . per bump 400,000.00 $ 400,000.00 PART E - Deductive Alternate No.1: (Subtotal Item E-l) $ 400,000.00 rop~s"l r;"'l:C' Plqe Corpus Christi Ship Channel Utility Crossing REVISED AND ISSUED FOR IRE-BID I BID SUMMARY TOTAL BASE BID I-- Part A (Items A-I thru A-7) $ NO BID Part B (Items B-1 thru B-7 ) $ NO BID Part C ( I terns C-l thru C-7) $ NO BID TOTAL BASE BID 1 (PARTS A + B + C) $ NO BID > ~O':FAb DAOE DID 2 IHUUO DDDUC'i'ry~ .M..'!'BnUl.'i'E NO.1 (EMU' D ( :E'f'J!!.D EJ 1 'fi~ B 'Y ) PMt:Y l: {I~1 ~ 1)) $ 2,850,OOO.Ot) "\i 1'< ['E i; DF ',j. l' 1e l;~ 'J ut r z", f l '\.-. :11] b! 1 \ 'j U 1,1 l f>: i t II c'"j Uk' h r ' i J d . T . '\'" :noc},' " It) 10\'1 inq bid t.I'(<"ed j items may not be required and given by the City for each of rJ t1 c. J i) st:n nt lnC'I-. Uti' >1.1 CP,-; t. I' 1 j.; \ : r., ! r . rJ' r-( :JC~ r: 11 response allowance tr:( 1"-(-, 1 l h' IP' r , \J I I C) r i I , I ! , i-\rTi " o- j J )W.:~ n (, ! d h' 1-l ! ; /f(l ;-~ " , 1 -iC' I he 1 [ ! ,'\ t.), '.? bid item'i prior to the City UT!.t 1.'1 LC>"~ !"n)vided in the proposal 1 f, h.t ',d on I,h(~ scope of \'Iork dCjreed rk )~lf:Jl ri.z(-Jtions of the bid _lcem {U> C) B~dde.t is reference"l to Special Provision. A-61 Electronic Equipment Allowance for dc,,;criptlon of bid item .'FJ,,-7 ] Bldder is referenced to Special Provl.sion A-59 Additional Insurance Requirements a~ Notice to Contractor s A for description of bid item D-7. "oW 'L 1;. ~ I.,'Jr...I.'t ~ r _: UhL....l :.: J.. ,--,;-1... ~ U 1"~ 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 in 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 be submitted wlth the "Proposal". If necessary, questions may be answered on separate attached sheets. Do not attach general advertising and marketing literature; non-relative materials will not be considered as part of the proposal. :::OMPANY INFORMATION 1. Name of Firm/Company submitting Proposal Form (Prime Contractor Only): KING FISHER MARINE SERVICE, LP 2. ~9rDU,nent main office address and telephone number: 159 HWY 316 PORT LAVACA. TX 77979 361-552-6751 3 Year organized: 1940 If a corporation, where incorporated: TEXAS ATTACHED 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 completion. ) 5 Have you completed all contracts awarded to you? X Yes No. x Yes No If no, submit details. 6 Have you ever defaulted on a contract? Yes X 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 .....L 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 L~~idated Damages on anYfroject? U.S. ARMY CORP OF ENGINEERS - GALVESTON DISTRIC X Yes No CURTIS COLE - CONTRACTING OFFICER - 409-766-3185 If yes, submit details, including the name and address of the owner of the project. 9. Is your firm currently working on any projects in which work is being performed past the original deadline? Yes X No If yes, submit deta11s, including the name and address of the owner of the project along w1th an explanation of why the project is late or past the scheduled deadline. Proposal Fo rm Fage C) of 26 8.5 MILLION DOLLARS Nama of Bank: AMEGY BANK OF TEXAS : 0 . Bank '::redi t avai labIa 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. ATTACHED 12. Have the principals of your firm been engaged in the construction contracting business Jnder any other name within the past five (5)years? Yes X No [f so please provide the name of such principal(s) and the name and address of the former business. f't 'Pos'il Furn Flje lOot ,U In conformance w1th 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 requ.ested and approved 1D writing by the Owner. State if work,is to be self performed. r--"--"-""'---,~ Name and Address of Subcontractor Type of Work A. CUDn PREASURE CONTROL NITROGEN TO PIG PIPELINES -_... . CHAIlNEL VIEW. TX JOHN IAIlAJR 281 452 2800 B. GULLETT & ASSOCIATES ENGINEERING & SURVEY P.O. BOX 230187 PROFESSIONAL ENGINEER LICENSE TO PRACTICE HOUSTON, TEXAS 77223 IN THE STATE OF TEXAS JERRY COPELAND 713-644-3219 c. R & R CONTRACTING REMOVAL OF ONSHORE PIPE P.O. BOX 10286 CLEANING & PIGGING PIPELINES ... CORPUS CHRISTI. TX 78460 RICHARD CUSTER 361-289-0755 D. HALLIBURTON JET RESOURCES INTERNAL PIPE CUTTING NEW IBERIA, LOUISIANA DICK FORET 337-280-8143 337-837-2681 .. E. TROY CONSTRUCTION ONSHORE WORK 8221 MCBARD ROAD - HOUSTON, TEXAS 77245 DAVID DACUS 281-437-8214 F. H & K VACUUM FROCK TANKS & VACUUM TRUCKS P.O. BOX 370 FOR CLEANING & DEWATERING PIPELINES SINTON, TX 78387 FRANK URG 361 364 4311 G. f---- _. -- _... - H. -_. -"-- -- ~_.- ......-- 1. ----..., Proposal Form Page 11 of 26 -.; ~--. ~) ':'11 j : Prov1de att.ached to th","s proposal a brief st.atement describing the bidders approach to cODlpleting 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 I s approach Bar chart may be hand written on this sheet or provided "0 an attached printed pa';]e. Bar Chart included? NO BID -..--.-.------...-.- Proposal Form Page 12 of 26 'asfc B; j - In3'~a.~ld ti{~ of New Utlllty Crossing: Project References The Firm and Sub-Contractors (to experience, and resources to provide that which is similar to the type, performed within the last 5 years. the Finn) a complete size, and must have demonstrated technical expertise, project. Project experience listed should be scope of this project and shall have been )E2ie~tc~ . 1 NO BID Owner Nama: Locat.:on: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Length of directional drill Number of and diameter of pipe installed Pipe Material (HDPE, Steel) Was Project late: (Yes/No) If yes, explain below Proposal Form Page 13 0 f 26 -'ase B: j - rni t 1 L-,ti -, of N,,>J Utll ty Crossing: E'raject References ~roj ,"CL -B _ 2 Owner Name: NO BID Locat~on: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Length of directional drill Number of and diameter of pipe installed Pipe Material (HDPE, Steel) Was Project lats_ (Yes/No) If yes, explain below Pl-oposal Form Page 14 cf 26 '~'1 ;;e B cl 1 l:,stJ] 11t- on :'[ r;,cw t i li':-{ C[c:ssinq Project References ? 1 '!j ec!,~~.:. NO BID Owner Name: Location: Contact Name and Phone Number: Project Manager: Brief Description of Work: Award Date: Acceptance Date: Length of directional drill Number of and diameter of pipe installed Pipe Material (HOPE, Steel) Was Project late: (Yes/No) If yes, explain below Proposal form Page l'-} of 26 B1 Hi :nstallat n f N~'w ["tilit".. ~:rossinq: Project References Prc)'ect NC:'.4 __".._-i..___ .__.._.__ Owner Name: NO BID Location: Contact Name and Phone Number' Project Manager: Brief Description of Work: Award Date: Acceptance Date: Length of directional drill Number of and diameter of pipe installed Pipe Material (HOPE, Steel) Was ProJect late: (Yes/No) If yes, explain below Proposal Fc'rm Page ]f, of 26 Sa ~.. Bi ; n s t cd 1 ii ten f n> w (it iI' Cros3ing: Pr2ject References !,~C)J ect No.: / ( Owner Name: NO BID Location: Contact Name and Phone Number Project Manager: Brief Description of Work: Award Date: Acceptance Date: Length of directional drill Number of and diameter of pipe installed Pipe Material (HDPE, Steel) Was ProJect late: (Yes/No) If yes, explain below Proposal Form Page 17 Df '>6 W)!< C( PLi\N FE BA;;F: HI i! ~. - RSMCVAL OF EXISTING UTILITY CROSSING: Provide attached to this proposal a brief statement describing the bidders approac~ 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? ATTACHED Proposal FOI:n Page 18 of 6 ;3, e B; d ~ Remo~al of EXisting Utility Crossing - Project References The Firm and Sub-Contractors (to the Firm) must have demonstrated technical expertise, experience, 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. PI C J e c tl'.''...:.., Owner Name: EXXON PIPELINE Location: HOUSTON SHIP CHANNEL - BAYTOWN. TEXAS Contact Name and Phone Number: DAVID BEAL (CELL: 281-924-9175) Project Manager: DAVID HEAL Award Date: Brief Description of Work: REPLACE EXISTING HOUSTON SHIP CHANNEL & BAY PIPELINE CROSSINGS AND REMOVE OLD PIPE (28 EACH). Acceptance Date: Was Project late: NO {Yes/No} If yes, explain below Proposal form Page 19 of' 6 j;,' " 13; tzemTi cd E}: sti,l] j~icy Crossing: - Pro"ect Feferences l'-::::2 ect_.J:lg-:." Owner Name: AIR PRODUCTS Location: HOUSTON SHIP CHANNEL - BAYTOWN, TEXAS Contact Name and Phone Number: LE ROY REMP Project Manager: ,Brief Description of Work: REPLACE EXISTING HOUSTON SHIP CHANNEL & BAY PIPELINE CROSSING & REMOVE OLD PIP~ {4 KA~H). Award Date: Acceptance Date: Was Project late: NO (Yes/No) If yes, explain below Proposal E'orm Page 2,) of 26 C'Cl B j . Remo-'al cf Ex sti .1:"] f/::lli ty Crossin~J Project References .!'!O] ect~()~j Owner Name: TEJAS GAS HOUSTON SHIP CHANNEL - BAYTOWN, TEXAS Location: Contact Name and Phone Number: JACK EDWARDS Project Manager: BRIAN McFARLAND Brief Description of Work: REPLACE EXISTING HOUSTON SHIP CHANNEL & BAY PIPELINE CROSSING & REMOVE OLD PIPE (4 EACH). Award Date: Acceptance Date: Was Project late: _ NO____ (Yes/No) If yes, explain below proposal Form Page 21 of 26 Ill." BLi ? - Remov31Jf Ex 5ti!:c; t:tility Crosslng: - Project References !:~(~lect No~ Owner Name: TEPPCO Location" HOUSTON SHIP CHANNEL - BAYTOWN, TEXAS Con tact Name and Phone Number; J. J. GONZALES ProJect Manager: RICK BATES Award Date: Brief Description of Work: REPLACE EXISTING HOUSTON SHIP CHANNEL & BAY PIPELINE CROSSING & REMOVE OLD PIPE (5 EACH). Acceptance Date: Was Project late: NO (Yes/No) If yes, explain below Proposal Form Page 22 of 26 Fa " B; I ' Remo'~cd Of E;.: sti'lg 'lti1.ity Crossirlg - Project Heferences ~.r:...J ect,~.:-~ O",-ner Name: TEPPCO Loca tion HOUSTON SHIP CHANNEL & CRYSTAL BAY BAYTOWN, TEXAS Contact Name and Phone Number: PHILLIP BOHANNON 713-759-3974 Project Manager: PHILLIP BOHANNON Award Date: MARCH 2005 Brie= Description of Work: REPLACE EXISTING HOUSTON SHIP CHANNEL & BAY PIPELINE CROSSING & REMOVE OLD PIPE (5 EACH) Acceptance Date: JUNE 2005 Was Project late: NO (Yes/No) If yes, explain below Proposal Form P3ge 23 of ::'6 ....(1 ThE.rl~jel ;i;;e.J tl'~t by declare:; that he has visited the site ca C? I,l ~ 1.y e>::lITil n"j the p~ ans f specifications and contract reLa::.l :19 tu U'le 'work covered by his bid or bids, that he do the we ck, a:1d that no representations made by the City are nse 3 w~r13nt/ bur Cire mere estimates for the guidance of the :umen t j '.:ef.:'3 t aWl s n t r'} r.: t.' c. Upon noti ficat Lon of award of contract, we will within ten , )) cal,-?ndar ::fays e;{ec:ute the formal contract and will deliver a PfrformaL'::e Bond (,3S required) for the faithful performance of this eel trdcta,nd a Payrnen t Bond (as required) to insure payment for all "L)OI dnd material:". The l:nd bond attached to this proposal, in the drn:,un ot 5% of th highest amount bid, is to become the property of the, C it Y Df Co rpu s =hc st: i in the event the contract and bonds are not (~X cuted ,.Jithin the tirHe abcve set forth as ] iquidated damages for the d 1 1 a y a n c1 add i t ion a! w c' r k el'] sed t he r e by. ~nority/Minority Business Enterprise Participation: The Cipparent low bidder shall, Itiithin fi'!e days of receipt of bids, submit t I. the Ci t Y Enginee r, in wr it ing, the names and addresses of MEE firms [a:ticipating in the c:ontract and '-t description of the work to be fFrformed and its dcllar value for bid evaluation purpose. Number of Signed Sets 1::( r;ds \-Ji L L be preplred in not ~t lTIe'!) s ,-' t s . of Documents: less than four The contract and all counterpart (original Time of Completion: we rk wi thin 120 calendar da calendar days, ~ Base B~ Wo:-k Order. the 180 Y a The undersigned further declares that he will provide all ne 'ess ary tool s anj dppara t us, do all the work and furnish all ma erials and do everything required to carry out the above mentioned we, k c:overed by thL; proposal, in strict accordance with the contract do uments and the rpquirements pertaining thereto, for the sum or sums at) "ve set fort h. number) Receipt 01 the following addenda is acknowledged (addenda !L:, 91l..2j05..i~2 .:'.. 9126/~__......!3_...:_1o/4/05___________ Respectfully submitted: Name: ING FISHER SERVICE, LP By: (-;f;.AL - I" BIDDER IS Ii (orpora tion Address: 159 HWY 316 (Street) 77979 (Zip) Non: Dr' net detach bid frumther parers. Fl d in .with ink and sutmit .ompJete wllh at'~ched papers (Revised August 2000) Proposal Form Page 24 of 26 PERFORMANCE BON D Bond No. 022016679 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES 5 THAT Kina Fisher Marine Service, LP of CALHOUN County, Texas, hereinafter called "Principal", and Liberty Mutual Insurance Company , a ccrpora tion organi zed under the laws of the State of Massachusetts , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipa~ corporation of Nueces County, Texas, hereinafter called "City", in trle penal sum of THREE MILLION, TWO HUNDRED FIFTY THOUSAND AND NO/100 ($) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly t be made we bind ourselves, our heirs, executors, administrators and s ccessors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pIlncipal entered into a certain contract with the City of Corpus Christi, dated the 15TH of NOVEMBER , 20~, a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 2: $3,250,000.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond 1S given to meet Ve non's Civil Statutes ~f Texas, State of Texas. the requirements of Article 5160, and other applicable statutes of the The undersigned agent is hereby designated by the Surety herein as t~e Agent Resident in Nueces County to whom any requisite notices may be de ivered and on whom service of process may be had in matters arising ou of such suretyship,3.s provided by Art. 7 .19-1, Vernon's Texas I~3urance Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of which shall be deemed an original, this the 2nd day of December , 20~ PRINCIPAL B:~~~e~, ~. on ~ - Vi c..t:.. -C.hCli yo MILl') rln ame & lt e) ATTEST . ~ ~<</ ~ Seer -~;';v '~ (Prlnt Name -- SURETY Liberty Mutual Insurance Company By: , ~ ,J. j L....{\.,,~ Attorney-in-fact Misty Meehan (Prlnt Name) Tbe Resident Agent of the Surety in Nueces County, Texas, for del.ivery of notice and service of process is: Agency: Contact Person: Address: Keetch & Associates Phone Number: J. Michael Rhyne P.O. Box 3280 Corpus Christi, Texas 78463 (361) 883-3803 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 9/021 Performance Bond Page 2 of 2 PAYMENT BON D Bond No. 022016679 STATE OF TEXAS ~ KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES ~ THAT King Fisher Marine Service, LP of CALHOUN County, Texas, hereinafter called "Principal", and Liberty Mutual Insurance Company , a corporation organized under the laws of the State of Massachusetts and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held ::md firmly bound unto the City of Corpus Christi, :3 municipaJ corporation of Nueces County, Texas, hereinafter ca led "Ci ty", and untc all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of THREE MILLION, TWO HUNDRED FIFTY THOUSAND AND NO/100 ($3,250,000.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum wel.l and truly to be made 'de bind ourselves, our heirs, executors, aomini str:3 tors and .s iJ.ccessor s, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the pr incipal entered into a certain contract with the City of Corpus Christi, dated the 15TH day NOVEMBER , 20~, a copy of which is hereto at~ached and made a part hereof, for the construction of: CORPUS CHRISTI SHIP CHANNEL UTILITY CROSSING REVISED AND ISSUED FOR RE-BID PROJECT NO. 8429/7173 (TOTAL BASE BID 2: $3,250,000.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond lS given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the St ate of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of which shall be deemed an original, this the ~2nd day of December .' 20~. PRINCIPAL King Fishyr Marine se~ By: -,. , ~~;r Vie ~'m6.n r1n ame & 1 e ATTEST . A ~c, ~ Secre ~ ;"/p./ ' ~ J. (Pr1nt Name~ ., 1- SURETY Liberty Mutual Insurance Company By:-J\\jL~~fl\ al ,~'./~ \ - Attorney-in-fact. Misty Meehan (Pr1nt Name) Tbe Resident Agent of the Surety in Nueces Countv, Texas, for delivery of notice and service or process is: Agency: Contact Person: Address: Phone Number: Keetch & Associates J. Michael Rhyne P.O. Box 3280 Corpus Christi. Texas 78463 (361) 883-3803 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 9/02) Payment Bond Page 2 of 2 CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 RE: Certification of Power of Attorney for Performance and Payment Bonds Corpus Christi Ship Channel Utility Crossing Project Name/No.: Surety Company; Liberty Mutual Insurance Com~any Gentlemen: I, Garnet Elliott hereby certify that the facsimile power Misty Meehan for . King Fisher Marine Service LP ., (Contractor), a copy of which is attached to this certificate, is a true and correct copy of the original power of attorn~y on file in the records of the surety company in its home office, haa not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City of Corpus Christi shall be notified in writing by certified mail within seven (7) days thereof at the following address (name of Officer of surety), of attorney submitted by (Attorney-In-Fact) City of Corpus Christi Department of Engineering services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 Signed this 2nd day of December 05 ,20_- ~.L~ Garne Elliott Name: Assistant Secretary Title: Sworn and subscribed to before 20--Dj,. '" PENNSYLVANIA .. OMIVICh'~C.',-LTH 0, 1 ~-'- Notarial Seal i reresa pastella, Notary Public ;>Iymouth Twp., Montgomery County I My Commission EXplres ~ 28, 2009 , -I :,- -~~c.J":.~tl'V Notane~ ~J1embr"f P?nr-(," \/.31'1',' '. 2 d December me on this n d f ~;~ iiit~ Notary Pub 1 , State of My Commission -~l (Revised 9/03) ATTACHMENT 1 10Ft THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. 1787204 LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint MARC W. BOOTS, JOY HAJOVSKY, BEVERLY A. IRELAND, VICKIE LACY, STEPHEN R. SMITH, AMY SUSTAIRE, MISTY MEEHAN, P.T. OSBURN, MARY ANN GARCIA, LESLIE K. HUDGENS, ALL OFTHE CITY OF HOUSTON, STATE OFTEXAS , each individually if there be more than one named. its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, anv and all undertakings. bonds, recognizances and other surety obligations in the penal sum not exceeding FORTY MILLION AND 00l100"""*""~"*""" DOLLARS ($ 40,000,000.00**"* ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been dulv signed by the president and attested by the secretary of the Company in their own proper persons. That this power IS made and executed pursuant to and by authority of the following By-law and Authorization: """.. ; 'il ! -8 . i "'l: III ! - Q,) ; - Ol i a- iij:l ~ ;...."'" !.- ('0 i ,:J ! _ Cl i ) Ol !6:J !li~ . ca ~ :J ~'tJ I ai'iij .S!~ ~;,;.... '- ;0 . Ol 1 J 10 ~... Gl- .-11I , Ol "... . Ol ,1,0 :5 e - ....os ) ca - ... A.RTICLE XIII Execution of Contracts: Section 5, Surety Bonds and Undertakings. A.ny officer of the Company authOrized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe. shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal. acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 27th day of JulV 2005 :>. ca 'tJ III III Gl C 'iij :J .0 >> C ca _c -0 ~I- >>00 (l)W Ee OQ. =0 <(('I) _00 oo:t ...'tJ OlC ::ca Oe ll.ca .!!!o .co - 00 _en Oc >>(1) :t::(I) 'tJ:: .-- -Gl ~.o (1)0 .co:t _C\I eCP ...C\I '-('1) -co c, 00 U,... 0<0 1-":' By the following Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds. recognizances and other surety obligations. LIBERTY MUTUAL INSURANCE COMPANY BY~~ 6./_ ~~ Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTV OF MONTGOMERY I~~ cac >(1) ;-.-....... ... ) ... ~ :J - (,) On this 2..Z!h..- day of Julv , 2005 , before me, a Notary Public, personally came Garnet W. Elliott. to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixedthe corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. ;~.,,"i'" , IN TESTIMONY WH~E~J~~~.tya'hlunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above wntten. ' Ct,i0'" ""! . "r......" d ;'.j (/~ ' BY~~ Teresa Pastella, Notary Public CERTIFICATE I the undersigned, ASSist~";;tSecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of me By-laws of Liberty Mutual Insurance Company This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscrrbed my name and affixed the corporate seal of the said company, this 2nd December _' 2005 , day of Liberty Mutual Surety Bond Number 022016679 NOTICE FROM SURETY REQUIRED BY TERRORISM RISK INSURANCE ACT OF 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (referred to hereinafter as the "Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: Liberty Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM Insurance Corporation; The First Liberty Insurance Corporation; Liberty Insurance Corporation; Employers Insurance Company of Wausau (formerly "EMPLOYERS INSURANCE OF WAUSAU A Mutual Company"); Peerless Insurance Company; and any other company that is a part of or added to the Liberty Mutual Group for which surety business is underwritten by Liberty Mutual Surety (referred to collectively hereinafter as the "Issuing Sureties"). NOTICE FORMS PART OF BOND This notice forms part of surety bonds issued by anyone or more of the Issuing Sureties. DISCLOSURE OF PREMIUM The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will reimburse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. LMIC-6539 11/15/04 ~ Liberty . ~ Bond Services.. Member of Liberty Mutu:d Group Important Notice TO OBTAIN INFORMATION ABOUT THIS BOND, TO MAKE A COMPLAINT OR TO FILE A NOTICE OF CLAIM: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, complaints, or surety company address at: 800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 This notice is for information purposes only and does not become a part of or a condition of the attached document. It is given to comply with Section 2253.048, Government Code, and Section 53.202, Property Code, Effective September 1, 2001 ~ ~ 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" FIRM NAME KING FISHER MARINE SERVICE, LP STREET: 159 HWY 316 FIRM is: 1. Corporation 5. Other CITY: PORT LAVACA ZIP: 77979 2. Partnership x 3. Sole Owner 4. Association _ 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) NQNE 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 Title NONE 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 NONE 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 NONE CERTIFICATE I certify that all information provided is tnJe and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: WAYKON BOYD (Typeorprint~ Signature of Certifying Person: . Title: VICE-CHAIRMAN Date: /0///) ZoaS' . / Proposal Form f'age 25 of 6 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 Councif, 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. f. "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 Form Page 26 of 26 I : PRODUCER I A CQRI),. CERTIFICATE OF LIABILITY INSURANCE ._~._---.. -'-~------.---- /'TaYlor Johnson Group 1081 19th Street Suite 300 IVirgin~a Beach VA 23451 I Phone: 757 -4 68 -61 00 Fax: '75'7 -468 _ 9917 1---__ ! INSURED OPID E KINGF-2 12 12 05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE L' HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR AL TER THE COVERAGE AFFORDED BY THE POliCIES BELOW. King Fisher Marine Service LP ./ PO Box 108 Port Lavaca TX 77979-0108 i INSURERS AFFORDING COVERAGE ---T----~-.---.---...- _ INSURER :',' Fir.mln's. Fi.1.Dd InlJ\1J:'ance Co. ~--.-_. ----------.---..-- ! INSURER 8 Discover Re NAIC# ---- .~ 21873 >--_.__nn_.__.. 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 CONTRACTOR OTHER DOCUMENT W,TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT -0 ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE lIt.lITS SHOWN MAY HAVe BEEN REOlJCED BY PAID CLAIMS INSURER D' INSURER E. S111"al M'Utual Ind&DIJ\i ty A.soe. Phoenix Insurance Co --.------~-_k_._. 21873 .._..,----~.__._-- 25623 LTR NSR A TYPE OF fNSURA GENERAL LIA81LITY ~_J CO.MMERCIAL GENERAL LIABILITY LJ CLAIMS MADE C!l OCCUR ~.!Pollutior~~en_ L!..; Contr~ctual I~_~l AGGREGATE LIMiT APPL~S PER , POLICY IX' fr/?,: LOC AUTOMOBILE LIASILIT' X -I NY AUTO L _ J ALL OWNED AUTe', ~." SCHEDULED AUTOS X . HIRED AUTOS ~ NON.OWNEC> A.UTr:-,"'~ ! X .J Leased _ POLICY fllUMBER 01/01/05 01/01/06 ./ LIMITS 51,000,000 ---'-'-.---, S50,OOO ~~O~Q.__.._ $ I '!...Q.Q.!..2..9_Q... ~, OO<2..t.QE~_ '!RDD~CTS ~~/OPA.GG S...Q.~~.!...OOO ._ EACH OCCURRENCE AMAl,,7ot: I U I"(C~I t:LJ PREMISES (Ea OCCUr.nce) ':'l~_ (Any ~ per~on) _. PERSONAL & ADV INJURY --"'-.- GENERAL AGGREGATE OML 99001815 D P1EN- 927K136 - 6 -1-051 01/01/05 01/01/06 ~/ COMBINED SINGLE LIMIT (Ea acciOenl) 80DIL Y INJURY (Per person) $125,:)00 80DIL Y INJURY (P~ra<:cid""t) s GARAGe UASILlTY ANY AUTO PROPERTY DAMAGE (Per accidenl) ExceSSlUMBRELLA UABILlTY v' C xl OCCUR [J 'LAIMS MACE OTHER THAN AUTO ONLY: AUTO DNL Y - EA ACCIDENT S ------ '------.- EA ACC S .-----.-------.. AGG S ". O:<L9'J001916_ 05L202''-0i. 01/01/05 01/01/06 !OXL990J1816- V 105L202"'-01 I V I i D274WOOO68 10/01/05 10/01/05 I / ! --...-..-..-- I i 06800 10/01/05 i 10/01/06 ! V-- EA~lI~C~._ ~09_9_'..2...~Q_. !,GGREGATE s 2J!.!....Q.Q.q_~ g.2.~__ L S I $ S ._..._---~.__.. DEDUCTIBLE RETENTION $ WORKeRS COMPENSATION AND EMPLOYERS' LIABlUTY ~ PROPRrETORiPARTNERlEXECUTNE OFFICERlMEMBER EXCLUDED" K Yh. describe ~ I SPECIAL PROVISIONS 0."" i OTHER I E I USL&:H B X TORY LIMITS _______...__ EL.EA~~_ $ .!!.OOO,LO!'2..._. E.l. DISEASE. EA EM~9.:!~ $ 1 ,9~<2l.2.g_o___ E.L. DISEASE. POLICY LIMIT S 1, 000, 000 oeSCRIPTlON OF OPERATIONS I LOCA TIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT (SPECIAL PROVISIONS The City of Corpus Christi is additional insured for all General Liability ~ and Auto Liability policies. Each OOCll $10,000,000 vr projectl Corpus Christi Ship Channel Utility Crossing Revised and Issued for /' Rebid Project No. 8429/7173 (Base Bid 2) V CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Engineering Services Attn: Contract Administration p . O. Box 9277 Corpus Christi TX 78469-9277 CORPU02 / 'CORD 25 (2001/08) @ ACORD CORPORATION 1988 A_COFlI)~ CERTIFICATE OF LIABILITY INSURANCE OP ID E KINGF-2 12 12/05 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Taylor Johnson Group 1081 19th Street Suite 30C Virginia Beach VA 23451 Phone:~57-468-6100 Fax:757-468-9917 King Fisher Marine Service LP PO Box lOa Port Lavaca TX 77979-0108 _IINSU~RS AFFORDING COVERAGE ___ l_'r::sURE~_.Londo~Undet:wr i ters __ r '~SURERB~~_Nati~nal_ Ca~ual t:y Come.~!lL. 2~SUR~R~___~~~n' s P'und/N....iil&to:=-~_.._._ NAIC# 15792 --'---"------'---" 11991 21873 lN$I,'P-EO iNSURER D . Col '!JIlhia Ca~.~al ~~__ COVERAGES INSURER E:: THE POLICiES OF INSURANCE liSTED BELOW HAVE BEEN iSSUED TO THE :NSUREO MMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TeRMOR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR lIMY PERTAIN, THE INSURANCE AFFORDEO BY THE i"OlICiES DESCRIllED HEREIN IS SUBJECT TO ~LL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICiES .AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSR TYPE OF INSURANCE POLICY NUMBER LIMITS ~~~ERAl LIASILlTV V A ! jCOMMERCIAL GENERAL LIABILITY I CUL 14 764 , 075 ~_---+-J CLAIMS MAOE 0 eccu) l:x iVeSSel....!ollution I f--: Li~ility____ i I GEN'l AGGREGA TE lIMfT APPLIES PER i I ,--' . I' PRO. 1-- toe I L --J---+ . POLlCY 1-_ : JEcr , ~__ .__ ill AUTOMOBilE llABllTY , I - I ANY A;JTO I ! ALL OWNED A.U."" SCHEDULED AU~OS HIRED AUTOS 07/01/06 EACH OCCURRENCE ut: IUKI;;NIl:.u PREMISES (Eo o~e~L_. .!.________.___. MED EXP (Anyone parsQl\) .!...._...___.._._._ __..._ PERSONAL & ADV INJURY $ ~------._-- .-.---------..---...-.. GENERAL AGGREGATE $ s ~.!..900 I o.9.Q__ v PRODUCTS - COMPtOP AGO $ COMBINED SINGLE LIMIT I (Ea acodenl> I BODILY INJURY (Par person} ------ ._-_..._~~------- NON.OWNED AL 'JS BODilY INJURY (Pet accident) -------- ._--~---- PROPERTY DAMAGE (Per aceidenl) GARAGE liABILITY . ANY AUTO AUTO ONLY. EA ACCIDENT S +-----~_._-_...._--- ....---.-. EA ACC S -....- -.---.--.---.-....----.--.--- AGG $ OTHER THAN AUTO ONL Y EXCESSIUMBRELLA LIABILITY c x OCCUR r~-l ClAIMS MADE Oxt.99001816~ 0,(.202'.:' 01 01/01/05 EACH OCCURRENCE .~_9.._!...O_OJl-,_EJ.g_ o 1 / 0 1/06 i AGGREGATE ___u_ ~9..!.Q..0~~..2...o._.. f------" $ ----. S S L>EDUCTIBlF RETENTION WORKERS COMPENSATION AND EMPLOYERS" LlABIUTY At-/'( PROPRIETORIPARTNER,EXECUTIVE OFFICER/ME~R EXCLUDED? ~M't~R~v'lSl'6NS belOW ~: OTHER---- I MO-.007076-VESSEL V UE B Hull & P&I / ; OKO OOO"OH- Y"ESSEL VM,UE . "01/01/05 01/01/06 D Pollution Liab 25-404-00-20 12/06/05 11/14/06 DESCRIPTION OF OPERATIONS flOCA TIONS I VEHICLES: EXCl USIONS AOOED BY ENDORSEMENT f SPECIAL PROVISIONS Page :2 OXL99001816- 0512027-Cl ------ --_.__..+-_.__.~.....,.... E.l. DISEASE. POLICY LIMIT i P&:I Liabili ty CERTIFICATE HOLDER CANCELLATION City of Corpus Christi ~' Engineering Services Attn: contract Adminstration P.O. Box 9277 Corpus Christi TX 78469-9277 / CORPU02 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA TiON DATE THEREOF, THE ISSUING INSURER WilL ENDEAVOR TO MAil ~ DAYS WRITTEN ACORD 25 (2001108) ltJACORD CORPORATION 1988 ./ MARINE GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED & WAIVER OF SUBROGATION ENDORSEMENT - BLANKET (MGL 106) This endorsement modifies insurance provided under: POLICY II. om 99001815 V Marine General Liability Form SCHEDULE Premium: $ Included In consideration of the additional premium shown in the schedule to this endorsement and subject to all the terms, conditions, limits and exclusions of the policy to which this endorsement is attached, it is agreed that: 1. Section IV. of the policy (Who is an Insured) is amended to include any person or organization that you are obligated by an "insured contract" to include as Additional Insureds, but only with respect to liability arising out of "your work" 2. It is fUrther agreed that we waive any right of recovery we may have against any such Additional Insured because of payments we make for "bodily injury" or "property damage" arising out of '!your work" for that Additional Insured, but only to the extent of your obligation under the "insured contract" . 3. All Other Terms and Conditions Remain Unchanged. !Y/I ~aJ 4fj.lh~ / / V s\~ N'> ~}(t'..- MGL 106 TE 99 OlB VADDITIONAL INSURED This endorsement modifies lneurance provided under the following: v BUSINESS AUTO COVERAGE PORM GARAGE COVERAGE POlUi TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the polic unless another date is indicated below: Endorsement Effective 12/6/07 Policy Number \/~ PIEN-927K136-6-1-05 Named Insured ORION CONSTRUCTIONLLP ~;/ . ;: .;"/ r:, / (.~~l \~fJ.~,V ".,-./- -p'i f j; /\ .........r "'L-II...... ~./ Countersigned by (Authorized Representative) The provisions and exclusions that apply to LIABILITY COVERAGE also apply to this endorBemen~. "ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT, EXECUTED PRIOR TO A LOSS" (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 policy. 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 matte;rs pertaining to this insurance. We wi 11 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 a4dit~onal insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 018 - ADDITIONAL INSURED TeXAS Standard Automobile Endorsement Prescribed March 18, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORseMENT CHP~GES THE POLICY - PLEASE READ IT CAREFULLY TEXAS CHANGES" AMENDMENT OF v/ CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement ~odiEies insurance provided under the following: ./ COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIAEILITY 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) ~ City of Corpus Christi Dept. of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, TX 78469-9277 v---- Named Insured: ORION CONSTRUCTION LB J KING FISHER MARINE SERVICE Policy Number: OM[. 99001815 ~/ Effective Date of This Endorsement: 1?/6/0'i Authorized Representative: - A!/~aJ. ~JJf;; ~/ Name (Printed): M'Tf{F T.RWTS Title (Printed): Vi ce Presi dent CQ020S (11~85) ATTACHM:ENT 3 1 OP 3 TE 02 02A y'CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT 'his endorsement modifies insurance provided under the following: ..; [- ..BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective -. Policy Number iP1EN-927K136-6-1-0S ~ 12/7 /05 INamed Insured !ORION CONSTRUCTION INC IKING FISHER MARINE SERVICE v II' . h~tl1..f fJ..Uu:Jv- Countersigned by (Authorized Representative) 60 / days before thJs policy is cancelled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT, EXECUTED PRIOR TO LOSS -""-'-^ "----_...._..---._._._-~._-" (Enter Name and Address) ,~ FORM TE 02 02A - CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement Prescribed March 18, 1992 p 14 o j IO:4GRM Kl~g lsher Mdrln@ Servlc 361-553-7722 p.2 NOI\UIUl COMPENSATION .um _LOURS r..:CUlr..I'l'Y XNSl1RANOB POLICY we U 0& 01 (Ed. '7.a~) TEXAS NOTICE OF MATERIAL CHANGE EmJORSEMENT This endorsement applies only to the insurance provided hy the policy because Taxas is ",bown !... J..t.cm 3.1l.. u~ t..hc:: IuJ:UI:1TlacJ.on pll.ge. In the event of nan~~lAtion or other mat6rial ohangQ of tha polioy, we will mQLl ~~v~co notice to the person or organisation named in the Schedule. Tbe number of days advance notice lS ahown in the Sohedule. This endorAe~n~ nnA1J nc~ cp~~a~o dirQo~~y or J..ndJ..~.Quly bo banofJ..b anyone no~ n4~d in the Sl':!hedule. Scb.6dule Nuttlber of days advance notice: 30 ,,/ 2. No~ice will be mailed to: City of corpus Christi Department o~ lagineering Services Attn: Cohtnct Adm1nist:t'11tQl:." /' P.O. Box 9277 V ~orpus Christi, TX 78.69-9277 This endorsement changes the p,?licy to which it is attaehed and is effective on tbe date issued unless ot:harwille 8tated, ('1'be information below .ill required only when th1s mdonement is bsued. subsequent to prepllrat!on of the policy.' EndorBeBNmt R'ffRnt-iVJ> lZ/6fo:; Insu.red ORION BOllSTlWC'UOJi LP lITSLFJ:SBER MAlam: S1!.RVICB tnsurmo.-~ Countersigned By: nmcoVBll 1m ./ ffC 42 06 01 Name (Print.ed)I IJ274W00068 ../ rn....-'\~--v "'i'mo;:;.t:. :~~. ~o1 i~=... ~rQ. PrelV~1n $ IV( /,j~ fJJ ~~. .--.~ "J ...... (Ed. 7-84) MIKE LEWIS Title (PdntGd) I VICIi: PR~R rn;e;NT , . " A'rrACIIMENT 3 30F3