Loading...
HomeMy WebLinkAboutC2006-389 - 8/29/2006 - Approved ;A S PEe I A L PRO V I S 2006-389 08/29/06 M2006-276 Berry Contracting S PEe I FIe A T I 0 ~. ~ r- 1 r AND FOR M S I) F CON T RAe T S r i FOR ,... ! ft AND BON D S CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIQHTING, . BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVBMBNTS, PHASE 4& ceIA APRON PHASE 2 WESTSIDE (PARKING) r .. PREPARED BY: ,,- ..- MaL ,..., RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, BLAST PADS, AND AIRFIELD Df<A.L:NJ.l.GE IMPROVEMENTS, PHASE 4.: PGAL 5555 SAN FELIPE:, SUITE 1000 HOUSTON, TEXAS nos 6 PHONE: 71 -3 622 - J 444 FAX: 713 - 9 G 8. 33 3 LIGWl'ING AMI SICNAGE: COYM, REHMET & GUTIERREZ ENGINEERING, INC. 56 6 3. STJ'~PLE.S, SUITe 230 CORPUS CHRISTI, fEXAS 715411 PRUNE ,t";] :i91.-C::)')O FAY. )61 :,9 -)69 I ~l TY PROJECT I } :1:.--J tJC. J. eel ( DRAHINC \10 ~-~-p~~~'. A~~'~< .~ FOR: DEP1..RTMENT OF ENGINEERING SERVICES .=ITY OF CORPUS CHRISTI, TEXA.S Phone: 361/880-3500 Fax: 361/880-3S01 I F }\A A I P NC): 3 :~~. ~~'~~- __~J I PG~[~ prOJECT lIO ~--~ -,.- . r:~ (l-~ i) - <:. /. 1 - 0 ..' .., ,_ &. . .j'l (.l,ri()')-.I' ..... ~ . oJ ~ \~" .J ------.- t: R 0 P S A F () R M F 0 F< CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) & cerA APRON PHASE 2 WESTSIDE (PARKING) DE.'ARTMENT OF' ENGINEER ING SERVICES -. <TTY OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM "AGE 1 CF '1 I ADDIlIlDOlI NO. · AT'l'AClDIBNT NO. 12 PRO P 0 S A L ! ' 1;-:11 f~ : ------_..~--~._~_..._-- P tOPOSd 1 'J1 ~-. .._--~~~-------------- a >rpor t ion nrg"JJI i zecl and ex i st i [19 under the laws of the r'r - ~ LJ'.d i [ OR a PartJlershir' =ir Individual doing business 3.S -~ TO: The City of Corpus Christi, Texas t J ;.::-~rr. The undersigned hereby proposes tc furnish all labor and materia is, tooJ~;, and necessary equIpment, and to perform the work cequired for: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) & CerA ARPON PHASE 2 WESTS IDE (PARKING) at the liY'atLons set out by the plans and specifications and in strict accordance wi th the ('ontra,~t documents for the following pricesr to-wit: -:. REVISED PROPOSAL FORM PAGE 2 OF ADDENDUM: NO. 8 ATTACHHBNT NO. 12 iRPj,; 'dR ;'fI INTERNATIONAL AIRPORT R UNWA 'I IMPROVEMENTS, SHOULDERS, I,IGHTIN( BLAST PADS, SIGNAGE AND ~,IRFIE:LD DRAjNAGEMPROVEMEN'T~' i'HASE 41 '" A APRON PHASE 2 WESTS IDE (PARKING) BASE RTI "UNWA" r t.) PRy./t"t~lENTS '~H' Ui !JEt IN!, FL';.t'; L',:',l 1 GN}>, IF: AIW A IRFI ELi " I Ni,;E :vFR<)'iEtvl ,NT': ;!,\; , CITY Pk, J NU II - "- II - -,- ---,,' ----- ,- IV I III V t -'- ~- - I' H 'I ITEM QTY & lfl'HT I\escripti()n Unit Price Total I - G lOO ) ij 0 IrcstalJ Lightea ( ones (F'lrnished b) Airport ) ~--- $ EA Complete and in place pel EA G-300 2- in Furnish and Install Lighted (-'ones $ ---'- -- ----- EA Complete and in place pel EA G-300 90 Install Multi Barrier Barricades 3 {Furnished by ALcport) -_.,.._~-_._" $ -- --~-- EA Complete and in place per EA G-300 ! 20 Furnish and Install Multi-Barrier 4 Barricades ---,. - ~-_.- $ ~~ ~ EA Complete and in place per EA G-100 Install, MaintaJ.n, Relocate, Remove and Salvage Lighted Closed 5 1 Runway Markers (Furnished by Airport) $ .-....-------- -._-~- - ,----, LS Complete and in place per LS G-500 6 1 Mol:- 1 li z a tic- (Has,.;> Eidl - --,-- S -~ L5 Complete and J.n p1ace per LS G-600 7 1 Haul Roads ...-------..--- $ - __m___ LS Complete and in place per LS G-700 8 488 Remove 36- c"MP Culvert --."_.._- $ --_.- LF Complete ana in place per LF G-700 , 488 Remove 48" CMP Culvert -------------- $ ~._~- LF Complete and in place per LF G-700 10 721 Remove 22 " l< 13' CMPA CUlvert ~_....._--- $ -~-_.- - LF Complete and in place per {,F 0-700 11 715 Remo ve 29" l< 18" I:MFA CUlvert -----_._- $ -- ~- LF Complete and in place per LF G-700 12 520 Remove 36" x 22" C:MP A Culvert -.-- ----- $ --'~ -- LF Complete and In place per LF G-700 13 2,320 Remove 58" x 36" CMPA Culvert .--- -- -----.- $ --.-- '- LF Complete and in place per LF -. REVISED PROPOSAL FORM Page 3 of 21 ADDENDUM NO. 8 ATTACHMENT NO, 12 ....... JNW1, I;.' '. ~ I. ' !' ,HCl ~.J' -. I:'~N.:'~E ;;.ND R F j!. "'J;, 'IT\ PP _0 U :';;'1 '!r' f ~ -- =-1:1"=....-.=.= - ~__L.~._ .. .- -...---- - - I III IV V -- t- --..--.-..- " If ITEM QTY '" [iNIT Uescription Unit Price Total I' I G 700 J ~ G: 'Jut F 11 an:.:! At.andon L x 1-8'! I : 4 '- \ CMPA CulvFrt $ -----,- ~.JF Cc'mplete and If' place pe LF G 700 J. .-:., 560 RE'lnove 8 " 3anitary Force Main $ --.---- - LF Ccrnplete and In place pel LF G- '00 16 P (, Remove Reinforced Concrete Pavement {DraJnage & Slope) _.. $ ----. Sy Complete and 1n place per SY G- "00 17 " Remove Concrete Inlet Structure $ .. EA Complete and in place per EA G-~OO 18 I Remove ChaJ!l LinK Fence and 200 Foundations $ -- - LF Complete and in place per LF G-'700 19 636 Rernove 24" eMP Culvert $ ---- -- ~--~_._._-- LF Complete and in place per LF G-700 20 530 RemOve 30 " CMP Culvert - $ -.-.-.---- LF Complete and in place per LF P-101 21 .25\ Remove Pavement (Asphalt) (Runway) 1 (Appx 15") --_...-.---- $ ---'-'--'~ SY Complete and in place per BY P-IOl 22 ....:em....-.".e f,.1 '....~~-.rl"n t ':'sIJhal t) bt (Taxiway) ( Appx 12. ) --,-- - $ ----.,--.- BY Complete and in place per BY P-IOl Remove Pavement (Asphalt) ( Runway 23 524 Edges near Thresholds) (approx 2" ) - -_. ._._--~.- $ -'-"~- BY Complete and in place per SY P-1Ol 2. 1,500 Sawcut Pavement (Asphal t) ------.." $ -- -'- LF Complete and in place per LF P-101 25 10,000 Joint and Crack Preparation -.-----.. $ --~ LF Complete and in place per LF P-lO' 26 lOl 334 Cold Planing Asphalt Pavement Runway (Stockpile On Site) -----~- $ ~"- -----.-----.- SY Complete and in place per SY P-10J Cold Planing Asphalt Pavement 27 11,573 Taxiway & Blast Pads (Stockpile On Site) --- $ -------- Sy Complete and in place per SY P-152 28 4,012 Unclassified Excavation -- $ --- CY Complete and in place per CY -. REVISfl) "'ROPOSAlfORM Page 4 of '1 ADDENDUM NO.8 ATTACHMENT NO. 12 .......... ...,. .- i .... ,j. J.. J... .... UN~~I~ :, :<IRFrE, t-1I- ;,,' F:MENT: ~~;rH ~l ~Ji)L~,~ .hTIW; iJLAST h\fJ:-' '-~lGNl,C;E AND ~'t, I i:l~G~' t"iPk')\:'E ~8N'I',( f-"H,,;-:L" (CITY PkOcJ NO __!D_ D {) 11--,- ___==_ p=- -- --- - I II III IV V ITEM QTY IX UNIT Description Unit Price Total P-152 29 19.136 Drainage Excavation $ -- CY Complete and in place per CY F152 30 2,6; E:I1Ibankmen t ill Place ----- $ --.---- ----~~-- CY Complete and l.n place per CY p 153 31 1.131 Controlled Low Strength Material $ - --'-'--'-_._-~.- ----- -~" "--"."._- CY CODlplete and in place per CY p 155 32 440 Lillle (6% by dry weight) $ -..----..- ---- --------_._.~ TON COJIIplete and in place per TON P-155 33 32,611 Lime-Treated Subgrade (6. ) $---- -,._------ SY Complete and in place per SY P-156 34 360 Temporary Silt Fence --.---.----- S ----- LF Complete and in place per LF P-156 3S 4 Temporary Rock Filter Dam ----"-- $ -.-- -- EA Complete and in place per EA P-209 36 1,007 Crushed Aggregate Base Course -'--- $--- CY Complete and in place per CY P-401 37 23,995 Si tuminous Surface Course -.------. -~ $-~ TON Complete and in place per TON P-401 38 22,589 Maximum Bonus for Bituminous Surface Course (6%) _._~ $ --- -- TON Complete and in place per TON For Bidding purposes only. The bidder is required to bid this item calculated as 6% of the unit price for item 37_ P-401 l' 87,823 Runway Surface Transverse Grooving $ ~'----...- BY Complete and in place per SY P-602 .. 8.703 Bituminous Prime Coat $ ---..~~ GAL Complete and in place per GAL P-603 41 10.402 Bituminous Tack Coat ----.-..- $ ----- --- GAL Complete and in place per GAL P-620 42 102.741 Runway and Taxiway Painting (WW tel (Reflective) .__._.,-----~ $ _._--'"-'--- SF Complete and in place per SF P-620 U 2,576 Runway and Taxiway Painting (Yellow) (Reflective) ---'--, $ SF COIIlplete and in place per SF "'" REVISED PROPOSAl FORM Page 5 ot 21 ADDENDUM NO_ 8 ATTACHMENT NO_ 12 ..,-- .....~".... "'" . ..: 4-- 1 f{ UN},i!--., -1 '11"" t:Mt:.\'L, SW 'ci'i'1:n Fj\TrJA/~i; \'PR:J\tF:'-lENi':" F'HI '!TING ~ '.:\ : -! <(-~ rGtJ.L(~E AND 'dRF 1 Ei : {CITY Pi<D,,-; NO HOd) "'r==" --- -~-- I II III IV V ITEM QTY 5< UNIT Description Unit Price Total P-620 44 (" 344 IHast Pad Paloting (Yel ow) INon- Reflectivel $ -----..- SF COlllplete and in place per SF p 620 45 3,81 :, Taxiway Palnt.ing (Black) (Non Reflectlvei - 1$ SF COlllplete and in place per SF D 701 46 1.874 36" Reinforced Concrete Pipe (ASTM C 76, Wall C) "~~-"--------~- $ ---_._~--,.- LF COlllplete and in place per LF D701 47 790 4 x3' Precast Reinforced Concrete Box (ASTM C 1433) _n" '- $ ~~~---- LF COIllplete and in place per LF D701 48 1,319 7'x4' Precast Reinforced Concrete Box (ASTM C 1433 ) -..--____.__u.__ $ -- '- LF COl1lplete and in place per LF D-705 49 10,863 12"X1" Runway Pipe Edge . Underdrains --...----..------ $ -_~._w__ LF Complete and in place per Ll" D-751 50 2 Manhole (Type M wI Inlet Access) $ ---~ ~'---- EA Complete and in place per SA D-751 51 5 Inlet (Area, Type A) - $ --- - -.-"---- EA C~nple'te and in r;lace P"" EA -~ D-752 Reinforced Concrete Headwall, 52 6 Apron and Wingwalls for 36- RCF Culvert ---_.~ $ -'---'-'- EA Complete and in place per EA D-752 Reinforced Concrete Headwall, 53 2 Apron and Wingwalls for 48- RCP Culvert -----~--~ $-- EA COIIIplete and in place per EA 0-752 Reinforced Concrete Headwall, 54 1 Apron and Wingwalls for 7'x4' RCB Culvert (00 skew) ---,-_.._"~--.-_.- $ ~------_.- EA Complete and in place per EA 0-752 Reinforced Concrete Headwall, 55 1 Apron and Wingwalls for 7'x4' RCS Culvert (300 skew) _. ...-,----...-.-..... $ ----~ - - .-------- "" EA CODIplete and in place per EA D-754 51 259 Reinforced Concrete Slope paving (5- ) _.----~ '$ ---- SY Complete and in place per BY ":. REVlSED PROPOSAL FORM Page 6 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 .~ -' ~ . ~ .... .... .... ~ RUJlWAY idRn E' ,J ;', MrFl! '":MENT, SEOUI,DI.:PS URAl NACF I ~:PPOVE'1ENT" P1U'..';E: _ ;H':' rr.1C ~~i I J... 5:' ;'Jd)~; ::;IGN:"CF AND (CITY PROJ NO. 100(1) ..-- . -- r II III IV V ITEM QTY & UNIT Description Unit Price Total F-162 57 200 wire) $ -----~. LF COIIIplete and In place per LF T-901 58 J' Seeding !$ .-....".---- AC COlIIplete and in place per AC T.904 59 13,114 Sodding -------------~ $ ~.,~------ "- BY C~lete and in place per SY L-I04-6.1.a Temporary Airfield 60 I Lighting!Signage/Navigational Facilities ---,'-------------. $ ----- LS COIlJPlete and in place per LS L-I05-6.1.a DelIlOlition and Proper Disposal of 61 1 All Equipment as Noted and Turning Over All Designated Equipment to Maintenance Staff ---------- $ ----- LS Complete and in place per LS L-I08-5.1. a 62 26,730 llC L-824-Type C Unshielded #8 AWG SKV Copper Cable ----------------. $ _._------ ~- LF COllIplete and J.n place per LF L-108-S .l.b 63 14,000 lie #6 AWG BSD or BHD or TW Bare Copper Counterpoise ---.---- $ ~._-- LF Complete and in place per LF L-I08-5.l.c O. '5" (19 MM) Dia. By 10.00' (3 H) 64 47 Long Copperclad Steel Sectional Ground Rod .'-----~ $ EA Complete and in place per EA L-ll0-5.1.a lW2" Schedule 40 PVC Concrete tiS 11,940 Encalled Duct Installed in New Paved Shoulders --- $ -- LF Complete and in place per LF L-llO-5.1.b lW2" Schedule 40 PVC Concrete '6 1,060 Encased Duct Installed in Open Field -. $ ----'--~ LF Complete and in place per LF L-125-S.l.a L-861T Taxiway Edge Light li7 17 (Elevllted, Blue) Installed In New Paved Shoulder With New Base ~---~~-_..- $ EA Complete and in place per EA ... REVISED PROPOSAL FORM Page 7 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 -- "~ i~ - ...... ~ ..;. ,...... .~ 'l/NWJ.. I ll'<~F} i\, :~.[~lENT~ SHl): ; ~dTfN("_-; f;'/.,c::') I GNP,;).: AND '\TRFIEL, Ui'AIN!,CE Ir~;'ECVFMENT" :H.'\ l C.AJ:Y PROJ NO 10001 .-----.-.-..- -"-'- ---.-.-..--,.-. - , -.-- -- I II III IV V ITEM QTY & UNIT Description Unit Price Total L 125'5,1 b L 86lT Taxiway Edge Lighl 68 " (Elevated, Blue) Installed In Open Field With New Base $ EA Complete and 1n place per EA L 125-5 l.c L 861T TaXiway Edge Light 69 34 (Elevated, Blue) Installed In Open Field On Existing Base .- ---.-------------- $ -..- _._---- EA Complete and in place per EA L-125-5.l.d L-850C, Inset High Intensity Runway Light (HIRL) [Clear IClear] Installed on Existing Concrete 70 2 Encased Base Can. Adjust Concrete Base To Meet New Pavement Elevations -~~._--- $ ------.-- SA Complete and in place per EA L-12S-5.1.e L-850C, Inset High Intensity Runway Light (HIRL) (YellOW/Clear] 71 2 Installed on Exi sting Concrete Encaaed Base Can. Adjust Concrete Base to Meet New Pavement Elevations. $ ----~ EA Complete and in place per EA L-125-5.1.f L-862, Elevated High Intensity Runway Light (HIRL) [Clear/Clearj 72 18 lns:alled On ;, N'?w L-867B/D Dee!, Base Can Installed In New Paved Shoulder. $ ----- SA Complete and in place per EA L-125-5.l.g L-862, Elevated High Intensity Runway Light (HIRL) [Yellow/Clear) 11 38 Installed On A New L-867B/D Deep Base Can Installed In New Paved Shoulder. $--- EA Complete and in place per EA L-125-5.1.h L-862B, Elevated Runway Threshold 11 16 Light (Green/Red) Installed on EXisting Base Can. -------..---- $ --'--~-_.,---- EA Complete and in place per EA L-125-5.1.i LaS8B, Runway Distance Remaining 75 5 Sign Installed on Existing Concrete Base. -'--'- S ---- EA Complete and in place per EA ~ REVISED PROPOSAL FORM Page 8 of 21 ADDENOUM NO 8 ATTACHMENT NO 12 ~........- -- RUNWAY 1 ~lPR(A,,:MENTS SW'U:,L1E'?' !; IRF I EL;; l'kJdNi,GI' l"lPROVE~,ENTS ,'HA; ,,; _ I N, ~ />.'<1 ; C;NJ';8 AND .... ( Cll,ry P f! Od NO, 10001; -._---~- ~-= - .'.- - ---.---------- - I II III IV V ITEM QTY & llNIT Description Unit Price Total L 125,5,1 - L 858 Airfield Guidance Sign, 76 Slngle FacE' 1 Module Installed With A New Concrete Base $ -- &A Complete and 1n place per EA L 125-5 Lk L 858 Airfield Guidance Sign, 77 1 Double P'ace - 1 Module, Installed With A New Concrete Base, "" - ~------_. $ -------._"._--~,..._----- EA Complete and in place per SA L-1:lS.-5.Ll L - B 5S Airfield Guidance Sign, 78 5 Single Face - 2 Module, Installed With A New Concrete Base ------ '- $ ~---_._.- ---- RA Complete and in place per SA L-12S-5.1-m L-858 Airfield Guidance Sign, 79 1 Double Face 2 Module, Installed On Existing Concrete Base. ---'-'-'"- $ ---.-- SA Complete and in place per SA L-125-S.1.n L-858 Airfield Guidance Sign, 10 4 Double Face - 3 Module, Installed on Existing Concrete BaSe. -~_.__..- $ ---_._~_....- LS Complete and in place per LS L-125.-5.1.o L-828 ~onstant Current Regulator r: 5. E Amp, S-Step. 30 KW) & 81 1 Modifications to Existing Airfield Li.ghting Control System and CCR's At Airfield Electrical Vault -.-.-....--- $ LS Complete and in place per LS L-125-5.1-p 8. 10 L-867D Base Can Installed in Paved Shoulcter --- $ -'~.---- EA COIIlplete and in place per EA L-125-S.Lq 83' - MALS Threshold Bar R.ehabilitation $--- -'-_..~ LS ComplElte and in place per LS SP A-47 Allowance for Pre-Construction 8. 1 Exploratory Excavations (For Bidding Purposes Only) $ 40,000 !._,_.~ LS COIIlplete and in place per LS SP-4 85 3,993 OSHA Trench Safety System (Storm Sewer) $ _.,---~_._- .- --~_..__. LF Complete and in place per LF -:. .... .... ..... ...... REVISED PROPOSAL FORM Page 9 01 21 ADDENDUM NO.8 ATTACHMENT NO. 12 ..,.-''l'-...-.... _...__"'__.".,,~ ..........."._.~_....- ,,- """ ,* ~' ... hi,. \lRF 12i : n,: I (;N/~GE .;;UD ! 'k_~~.JUr;G~r.';PPI :',JE.'--lENT ~'Hl.,<l. 'CITY PP1J NO lO~[J J I I'c' "e,_ r="---'-;jj-_c=",c= ,=c=,.." __'__u _. ---.. - --.-- -.-- --."'--- ~ :- -.-..- -- III IV V ITEM QTY & UNIT Description Unit Price Total TX-247 86 298 6" Flexible Base (TV D) (GR 2 \ $ ~, '- ~---"'---~- Sy COJIlplete and in place per SY TX-260 87 298 6. Lime Treated Subgrade (6%) $ - ------.-- ~---_____u__._._ Sy COJApIete and in place per SY TX-260 88 4 L~me (Hydrated, Dry) $ -, '-'-- ------...---- TON Cm.plete and in place per TON TX-275 89 32,611 0" Cement Treated Base (RAP) (Density Control) - ---------- $ ---~ BY CampI ete and in place per BY TX-HO 90 32,775 1. 58 HMAC (TY DJ ---------- $ SY Complete and in place per BY TX-3fO 91 8,889 2" JDlAC (TY D) ~------~ $ ----- BY CODlplete and in place per BY TX, 340 92 32.611 2.5" HMAC (TY B) ------.- $--- BY Complete and in place per Sy TX-432 '3 947 R1prllp (Stone) (Dry) (Type R) (8" ) $-- '-- BY Complete and in place per BY 022022 '4 140 Trench Safety for Excavations (Force Main) ----- $ --- LF Complete and in place per LF 026602 95 H 8" i'VC Ferce Main (Restrained Joint Pipe and Fittings) --'.'-- $ -~ LF COIlIplete and in place per LF 026602 H 14 16" (Jain _ ) Steel Casing (incl. spacers and end seals) ------- $ LF Complete and in place per EA , 026602 91 1 2- ARV ASsembly and Manhole $ EA CODIplete and in place per LF REVISED PROPOSAL FORM Page 10 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 '-......- ,'" IJNWA Y 1 rwp( J\' EMENTS SHi): ILDER'; /~ [RFIEL, LPj\INj\GE lr'1;-)I~C\\/Er/1ENT.':; PHA.';}.: (C{!'I'Y PKOLf NO. 10001) ;wrr NC. r f./\S1 Pld)S, ~~ TGN.I\.;F. l\Nf) I II III IV V ITBM QTY & UNIT Description Unit Price Total ALLOW Ai lowance tor Runway Surface and 98 J Base Repairs (For Bidding Purposes .. Only) $ 100,000 $ 100,000 LS COlllplete and in place per LS PLAN 99 :2 Gravel Road Entrance (NAVAID Access Road Repairs) -~---''''--''- $ ~~~-_._-~ EA Complete and in place per EA SKETCH -ADDENDUM 4 100 1 Security Grate 7'x4' Rea -..---..---- $ ------ EA Complete and in place per EA SKETCH-ADDENDUM 4 101 J Security Grate for 4'x3' RCB ----- $ ---~- EA Complete and in place per EA SICE1'CH -ADDENDUM 4 102 2 Security Grate for 36" RCP $ -- EA Complete and in place per EA TOTAL BASE BID (PROJ 10001): $ {BID ITEMS H021 ~ REVISED PROPOSAL FORM Page 11 of 21 ADDENOUM NO.8 ATTACHMENT NO. 1.2 ..-. .-.'. CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE ,AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) & CCIA APRON PHASE 2 WESTSIDE (PARKING) ADDITIVE BID ALTERNATE NO. 1 CO.ERCIAL AVU,T10N APRON PAVl:~MENT RE?AIR (ADDITIVE BID ALTERNATE NO. I) \q,y PROJ NO. lOOOl~ ., I II III IV V .P:Ta QTY & UNIT Description Unit Price Total G-500 Al-I 1 Mobilization (Bid Alt. No. 1) - $ --- LS C<*plete and in place per LS P-IOl &.1-2 230 Reaove PaveDtent (Concrete) (Apron) $ SY COIIJ>lete and in place per SY P-I01 Al-3 2,528 RelIklve Pavement (Asphalt) {Apron} $ SY COlIIPlete and in place per SY PIOl ~-4 480 Saweut Pavement {Asphal tJ $ -- LF COl8plete and in place per LF P-152 ~-S 1,073 UnclasBified Excavation $--- Cy COlllplete and in place per CY 1>-155 M-6 2,528 LiJne-Treated Subgrade (8") $-.- SY COmplete and in place per SY P-lSS .\1-7 46 Lime (6% by dry weight) $ TON Complete and in place per TON P - 2 ()9 AI-8 512 en'shed Aggregate Base Course _.~--~- $---- CY Complete and in place per CY P-SOl Al-9 2,758 Portland Cement Concrete Pavement ( 15 n ) --- $ - BY Co.lplete and in place per BY P-602 Al~lO 632 Bituainous Prime Coat $ GAL COJllplete and in place per GAL P-60S Al~ll 2,760 Joint Sealing Filler $ LF Complete and in place per LF P-620 Al-12 200 Apron Painting (White) (Reflective) --- $ SF Coaplete and in place per LF . P-620 Al-13 100 Apron Painting (Yellow) (Reflective) -,- $ SF Coaplete and in place per SF P-620 Al-. 110 Apron Painting (Red) (Reflective) --~ $ -- SF Coaplete and in place per SF P-620 AI-U 50 Apron Painting (Black) (Reflective) -~------- $ SF COIllplete and in place per SF -. SUlJTOTAL ADDITIVE BID ALTBRNATE NO. I (PROJ 10001): $ (BID ITEM$ A1-1 TOA1-15) REVISED PROPOSAl FORM 12 OF 21 ADDENDUM NO.8 ATlACHMENTNO_ 12 -",...-- ORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGJ!: IHPROVEHBNTS (PHASE 4) & ceIA APRON PHASE 2 WESTS IDE (PARKING) CC'4 APRON PHASE 2 WESTSIDE (PARKING) ADDITIVE aiD Al TERNA TE NO.2 ADDITIVE BID ALTERNATE NO. 2 ~ (C~ PROJ NO. 1097) -= I II III IV V .....:.'1'a QTY " UNIT Description Unit Price Total G-500 .\2-1 1 MObilization (Bid Alt. No. 2) "--"-------" $ LS CODllillete and in place per LS G-700 .Iii - 2 3,750 Remove Asphalt Pavement and Base (Parking) --- $ SY Complete and in place per Sy G-700 JUl-3 6 Remove Pipe Bollard I Guard Post and Foundation $ EA Complete and in place per EA G-700 A.1-4 1 Remove Light Pole FOundation -- $ EA. Complete and in place per EA G-700 A2-5 20 Remove Fence Post Foundation $ .sA Complete and in place per EA G-700 A2-6 200 Remove Chain Link Fence and Foundations $ LF Complete and in place per LF G-700 A2-7 1 Relllc'.-e Concrete Encased Duct Bank -- $ LS Complete and in place per LS P-152 A2-' 618 U'ncla..ified hcavation $ Cy CoIap1ete and in place per CX F-162 A2-g 200 Chain-Link Fence (4' ) $ LF CoaIJ>lete and in place per LF '1'X-247 A2 -llt 3,750 10- Flexible Base (TY D) (GR I) $ SY CClIIIlplet.e and in place per BY TX-260 A2-11 4,365 0- Lime Treated Subgrade (olk) $ --~.~- BY Complete and in place per BY 'l'X-260 A2-12 59 Lime (Hydrated, Dry) $ -~-- TON Coaplete and in place per TON ..... TX-340 A2 - 13 1,454 4ft HKAC (TY D) - $ BY COIQplete and in place per Sy ... .j.. 1.. REVISED PROPOSAL FORM 13 OF 21 ADDENoUM NO. 8 ATTACHMENT NO. 12 ~.."........ ,.~ ...__._~._,_.,.~. _0._. -'_..n.__. w_ CCIA APRON PHASE 2 WESTSIDE (PARKING) ADDITIVE BID ALTERNATE NO.2 -- ( C..!.TY PROJ NO 109 !,' r II III IV V ~IftbI Q'!'Y & UNIT Description Unit Price Total TX-340 A2-14 2.296 2- HMAC (TY fl.' $ ~---_..~ -------~ SY Complete and in place per SY TX- 34 0 A2-l5 1 HKAC Speed Bump (20 'x4') $ ---.- ~._-- -- - EA Complete and in place per EA P-602 &.2-16 938 BitWllinouB Prime Coat ~---~ $ -".~---- GAL Coaplete and in place per GAL D -7 54 A2-l7 615 Reinforced Concrete Pavement (6" ) ---~--'- $ ---______7_ SY C~lete and in place per SY TX-666 Reflectorized Pavement Marking Jli2 - 18 1,376 (TY 1, Yellow. 4", Solid, 100 mil) -- $ -.--..'- LF COIlI>lete and in place per LF .... SUBTOTAL ADDITIVE BID ALTERNATE NO. 2 (PROJ 1097), $ (BID ITEMS A2-1 TO Al-18) ~ -~ - REVISED PROPOSAl FORM 14 OF 21 ADDeNDUM NO.8 ATTACHMENT NO. 12 -~---._~ ~ ... ..l.. .. ..... .. ..... .... CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING. BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVBMENTS (PHASE 4) CCIA APRON PHASE 2 WESTS IDE PARKING ADDITIVE BID ALTERNATE NO. 3 LINE .-4 & CULVERT A (ADDITIVE BID ALTERNATE NOq \ C n.. PRO~J NO. 10001 j .J II III IV V .. QTY & UNIT Descript.ion Unit Price Total G-500 .1;3-1 1 Mobilization (Bid Alt. No. 3) $ -~-- .-- L8 Complete and in place per L8 G-700 U-2 60 Remove Reinforced Concret.e Pav8lent (Drainage & Slope) $ ----.---.-...-.- _~_".n..___ Sy Complete and in place per SY G-700 Aoi-3 ISO Remove Chain Link Fence and Foundations $ LF Complete and in place per LF G-700 AJ-4 1,894 Remove 65" x 43" CMPA Culvert _n_______ $ LF Complete and ~n place per LF G - 7 00 A$-5 160 Remove S. Sanitary Force Main $ -- LF Complete and in place per LF P-I01 AJ-6 361 Remove Pavement (Asphal t) (Taxiway) (Appx 12" ) -.--.-----.-- $ Sy Complete and in place per SY P-101 A3-7 750 Sawcut Paveme.r-. t (Asphal t) - $ ----.- - -"'-~'- LF Complete and in place per LF P-152 A.S-8 15,000 Drainage Excavation -- $ CY Complete and in place per CY P-152 A1-9 5,000 BmbanJanen t in Place $ .- CY Complete and in place per CY P-153 A3-10 192 $ Controlled Low Strength Material CY Complete and in place per CY P-156 A3..U 1, 920 Temporary Silt Fence - $-.---- LF Complete and in place per LF P-156 A3..12 1 Temporary Rock Filter Dam -----~ $ -~- EA Complete and in place per EA P-209 A3..13 239 Cruslled Aggregate Base Course _.' ----- $ CY Complete and in place per CY 3 P-401 A3.;r14 238 Bituminous Surface Course $ " TON Comp~te and in place per TON P-602 A345 361 Bituminous Prime Coat ----~- $ GAL Complete and in place per GAL REVISED PROPOSAL FORM ADDENDUM NO. 8 15Qf 21 ATTACHMENT NO. 12 .."-- -- .... ~INE MDA &,.,U.JER! i\ (Ac)1 1\'[ SIC A,L TERNAH NO (CI~ PROJ NO. 10 0 (;~ ) -".~_._- - I II III IV V pa QTY &: UNIT Description Unit price Total F-162 A3-16 180 Chain. Link Fence (6' ) iw/ Barb Wire) --..----- $ ~-~ LF CODlplete and in place per- LF D-701 A3-17 840 8' x 5' Precast Reinfor-ced Concrete Box (ASTM C 1433) -------~_._- $ --...-------.-- LF C011Iplete and in place per LP D701 ..3 - 18 3,036 7 x 4' Precast Reinforced Concrete Box {ASTM C 1433 } ----.-..------ $ LP COIllplete and in place per LF D-751 U-19 6 Inlet (Area, Type A) $ --~-..__._~ ----,_._._~- EA CoIltJlete and in place per EA D-754 A)-20 2,107 Reinforced Concrete Slope Paving (5. ) -~'- $ Sy COqllete and in place per SY D-752 Reinforced Concrete Headwall, U-21 1 Apron and Wingwalls for 2 - 8'xS' RCB Culverts (O~ skew) -- ..--- $ EA Complete and in place per RA 1>-752 Reinforced Concrete Headwall, A3-22 1 Apron and Wingwalls for 3 - 7'x4' RCB Culverts (30~ skew) -----~ $ EA Co~lete and in place per EA D-752 A)-23 Cast-Tn.Place lJ:lnf;t.ion B,:)x w/ 1 Manhole Access ~-- $ SA Complete and in place per KA T-901 A)... 2 4 8 Seeding ----- $ AC Complete and in place per AC T- 904 AJ-25 500 Sodding $ SY Complete and in place pel: SY TX-247 A3-26 166 6ft Flexible Base (TY D) (GR 2) $ ~- Sy Complete and in place per SY TX-260 A3.27 166 6R Lime Treated Subgrade (6%) -.---- $ Sy Complete and in place per BY TX-260 A3..,28 2 Lime (Hydrated, Dry) -~.~._--- $ TON Complete and in place per TON TX-340 A3 -.;I 9 96 1.5" HMAC (TY D) -'- $ _.~- SY Complete and in place per SY TX-432 A3..IO 597 $ Riprap (Stone) (Dry) (Type R) (8") sy Complete and in place per BY ~ REVISED PROPOSAl FORM 160F21 ADDENDUM NO.8 ATIACHMENTNO 12 ---- , INE MO-4 & UJl ,iF R T " V~DD T!V E BI()\l.l i:: RNA T b 1,;0 i CITY PROLI NO 10001\ I II III IV V J'1'BK QTY lie UNIT Description Unit Price Total 022022 A3 - 31 160 Trench Safety for Excavations (Force Mall':) --_._.._.._~ $ ~"----- ._~ I.F Coq>lete and In place per LF 026602 A3-32 160 8' PVC Force Maln (Restrained Joint Pipe and Fi ttings) $ -~------ -. ----...._--- LF Coq>lete and in place per LF 026602 AI-33 34 16" (min. ) Steel Casing (incl. spacers and end seals) -- $ LF Complete and in place per LF 026602 U-34 1 2" ARV Assembly and Manhole $ - ---_.-- EA Complete and in place per LF SP-4 A'-35 1,432 OSIIA Trench Safety System (Storm Sewer) $ LF Complete and in place per LF ... SUBTOTAL ADDITIVE BID ALTERNATE NO.3 (PROJ 10001): $ (BID ITEMS A3-1 TO A3-35) " ..... ..... ...... . REVISED PROPOSAL FORM 17 OF 21 ADDENDUM NO.8 ATTACHMENT NO 12 . ,._ , L.........- BID SUMMARY TOT~ BASE BID (BID ITEMS 1-102) (PROJ 10001) : $ TOT~ ADDITIVE BID ALTERNATE NO. 1 (BID ITEMS TO A$,-lS) (PROJ 10DOI): Al-l <. y TOT" ADDITIVE BID ALTERNATE NO. 2 (BID ITEMS A2-1 TO A2-1i) (PROJl097): $ TOT~ ADDITIVE 'BID ALTERNATE NO.3 (BID ITEMS A3-1 TO A3-3') (PROJ 10001): $ ..... ..... - ~ -. 1- REVISED PROPOSAL FORM 18 OF 21 ADDENDUM NO.8 ATTACHMENT NO 12 , -. - . ",...........- - ,-- -. The urtd(~rslgnf-'d hEreby 'lecJires that he has vlsited the site and has carefully examined the plans, speci fic:,ations and contract documents relati ns te' t :F: WOl ~~ CuvE'red by hu bid en' bieL3, that he agrees to do the wl.Jrk, Inci Lhat ne) representations made by the City are in any sense a 'Narran~i l)L!ire rmre estimates for the '3Llldance of the Contractor. Upon noLticatinn f awald of contract, we will within ten (10) '~~alend.clI daYE; ,:xecuLe thE' fcnnal ('untract and will deliver a Performance Bund (,18 cequu:ed) fOl' the falthful perfo::,'mance of this contract and a Dayment L~Uf]d ,,3 r'eIUl red) () insure payment fell all labor and materials. The bId bond attached ;'C) his proposal, in the amount of 5% of the Iughest amount bid l S '0 become t he property of the Ci ty of Corpus Christ} J!l the event: the ccntract dnd bonds are not executed within the tlme above .set fortn as J iquldated damages for the delay and additional work caused thp~eby Minority/Minority Business Enterprise Participation: The appa.renc low bidder shall, within flve days of receipt of bids, submit to the City Engineer, in writlng, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be performed and its dollar \fa1ue for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. .~ Time of Completion: The undersigned agrees to complete the work withan 250 calendar days from the date designated by a Work Order. .~. The l nder;dgned fl;:rther declares that he will provide all necessal y toc)l sand appara t us, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by t.is proposal, in strict accordance with the contract documents and the requirements pertaining thereto, fOI the sum or sums above set forth. number) : Rece 1 pt 01 the fo L lowing addenda is acknowledged (addenda ---"--' '--.._.._- ..------ ._-~"._--_.._- -----.,.- -"'- - ------ Respectfully submitted: Name: (SEAL - IF BIDDER IS a Corporat ion) By: (SIGNATURE) Address: ( P . o. Box) (Street) (City) (State) (Zip) -:. Telephone: NOTE: Do not detach bid frum other papers, Fill in with ink and submit complete with attached papers. (Revised August 2000) REVISED PROPOSAL FORM , ADDRNDUl( NO. 8 I ATTACdltNTNO. 12 D:a~1:' lQ flt:" '11 - "'--~ - ,-- ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City. Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the lity to provide the following information. Every question must be answered. If the question is not appMtable, answer with ANA::. FIR.NAME STRBET'_ ~.____ __ CITY: ZIP: FIRy"tfs: Corporation 5 Other 2 Partnership 3 Sole Owner 4. Association DISCLOSURE QUESTIONS If addlional space IS necessary please use the reverse side of this page or attach separate sheet 1. .t8 the names of each Aemployee;;; of the City of Corpus Christi having an Aownership interest;;; cfnatituting 3% or more of the ownership in the above named Afirm;;;. l'Iime Job Title and City Department (if known) 2. "the names of each Aofficia':; of the City of Corpus Christi having an Aownership interest:: constituting 3' or more of the ownership in the above named Afirm:;. N"-'e Title 3. S.~ the names of each Aboard member;;; of the City of Corpus Christi having an Aownership interest=: , c".uting 3% or more of the ownership in the above named Afirm;;;. N.e Board, Commission or Committee 4. Si;...... the names of each employee or officer of a Aconsu.tant= for the City of Corpus Christi who worked on a' '. .,..tter related to the subject of this contract and has an Aownership interest: constituting 3% or more of, .. ownership in the above named Afirm=:. Natle Consultant CERTIFICATE ~.. ..'...... th. at all information provided is true and correct as of the date of this statement, that I have not knO.Win9jy wi . iaclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Co .... Christi, Texas as changes occur ,. Certi~ P.erson:_ Title: (Type or Print) Signat. of Certifying Person: _ ___. ___ Dale: REVISED PROPOSAL FORM PAGE 20 OF 21 I AP_muo. 8 I ATTACllImlfT NO. 12 .......- a b ..... c ...l. "' ~ ..L .... ~ ...l- J.. DEFINITIONS ~oard Member~ A member of any board, commission or committee appointed by the City Council of the City of Cbrpus Christi" Texas Af:mployee:::o" Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as at!I independent contractor Afirm::: Any entity operated for economic gain, whether professional, industrial or commercial and whether a4tablished to produce or deal with a product Or service, including but not limited to, entities operated in the form of S4lIIIe proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, reteivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d AC>fficial~" The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, OIpartment and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e Afl)wnershlp lnterest~. Legal or equitable interest, whether actually or constructively held, in a firm, including when s"'" interest is held through an agent, trust, estate or holding entity. AConstructively held:=: refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. AQonsultant=. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the putpose of professional consultation and recommendation. ~ REVISED PROPOSAL FORM PAGE 21 OF 21 ADOJUm'OK 80. 8 ATTAC!.HM81n' NO. 12 ... ""...--. S PEe I A L PRO V I S ION S S PEe I FIe A T ION S AND FOR M S o F CON T RAe T S FOR - AND BON D S CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVBMBRTS, SHOULDERS, AXRii~:fJ~~rL~~~ 4& .. CCIA APRON PHASE 2 WESTSIDE (PARKING) - PREPARED BY: c_ ,,-"~ Jr.r" FOR : ~ J41-. '. . DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361/880-3500 Fax: 361/880 -3501 ...., .~ 'PGAL , ~\ RUNlAY 17/35 IMPROVEMENTS, SHOULDERS, BLAST PADS, ANO~AIRFIELD DRAINAGE IMPROVEMENTS, PHASE 4: PG. 5551 SAN FELIPE, SUITE 1000 HOUlTON, TEXAS 77056 PRolE: 713-622-1444 FAX: 713-968-9333 LIGIITING AND SIGNAGE: CO~, RKHKET & GUTIERREZ ENGINEERING, INC. 565_ S. STAPLES, SUITE 230 CORtPs CHRI$TI, TEXAS 78411 PH'6IE:: 361-991-8550 FAX: 361-993-7569 I CITY PROJECT NO: 10001, 1097 I I DRAlHNG NO: AP 122, AP 121 I I FAA: AlP NO: 3-48-0051-36-04 I PG.., PROJECT NO: 221-05030 & 221-05008 '."- . ,- . '-...- - ,-. CORPUS CHRISTI INTERNATIONAL AIRPORT RUNW~ 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNkGE AND AIRFIELD DRAINAGE IMPROVEMENTS, PHASE 4 & CCIA APRON PHASE 2 WESTSIDE (PARKING) Table of Contents NOTIC. TO BIDDERS (Rev sed 7/5/00) NOTIC. TO CONTRACTORS - A Ilnsurance Requirements (Revised Sept. 2000) NOTIC. TO CONTRACTORS - B (Revised 1/13/98) (IIorker's Compensation Coverage For Building or Construction Projects For Government Entities NOTIC. TO CONTRACTORS - C (Revised 3/06/2001) Motice to Prospective Federally Assisted Construction Contractors NOTIC. TO CONTRACTORS - D (Revised 3/06/2001) Hlotice of Requirements for Affirmative Action to Ensure Equal Opportunity (Executive Order 11246, as amended) NOTIC. TO CONTRACTORS - E (Revised 3/06/2001) Bby American - St_ee 1 and Manufactured Products for Construction Contracts (Jan 1991) NOTIC. TO CONTRACTORS - F (Revised 3/06/2001) Buy American-Steel and Manufactured Products (Jan 1991) PART A - SPECIAL PROVISIONS (Revised 9/18/00) ""-...... A-I Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 ~scription of Project A-4 Mlethod of Award A-5 I~ems to be Submitted with Proposal A-6 TJme of Completion/Liquidated Damages A-7 ~rkers Compensation Insurance Coverage A-8 ptxed Proposals A-9 ~knowledgment of Addenda A-IO wJge Rates (Revised 7/5/00) A-II ~operation with Public Agencies (Revised 7/5/00) A-12 Mj.intenance of Services A-13 ^tea Access and Traffic Control A-14 OInstruction Equipment Spillage and Tracking ~ 15 atea~JtioR Jnd RCffio~Jla NOT USED A-16 DIsposal/Salvage of Materials A-I7 Field Office A-I8 sthedule and Sequence of Construction A-19 Qtnstruction Staking A-20 ~sting and Certification ~ 21 atojcct Signa NOT USED A-22(a) Disadvantaged Business Enterprises (DBE) Participation Goals A-22(b) Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Elspection Required (Revised 7/5/00) A-24 sirety Bonds Table of Contents 1 of 6 '""'~ ........- A---i!-5-- A-26 A-27 A-28 A-29 A-30 A31 A-32 A-33 A-34 ~ A-36 A-37 A-38 .". 3 9 A-40 A-41 A-42 A-43 A-44 A-45 A-46 A-47 A-48 A-49 . 8~cG Tux EJ[cmption NO LONGER APPLICABLE (6/11/98) S~plemental Insurance Requirements R~ponsibility for Damage Claims C~siderations for Contract Award and Execution COntractor's Field Administration Staff A*nded "Consideration of Contract" Requirements ~nded Policy on Extra Work and Change Orders A1IIiended "Execution of Contract" Requirements COPditions of Work Precedence of Contract Documents city ~btcr PuciliticG Cpcci.:ll Rcquircmcnt::> NOT USED Odher Submittals (Revised 9/18/00) A.nded "Arrangement and Charge for Water Furnished by the City" Worker's Compensation Coverage for Sui Iding or Construction Projects Government Entities Cetttific.:ltcof Occufluncy .:md FiR.::!l !'.cccpt.::!ncc NOT USED Anitndment to Section 8-8-6: Partial Estimates O.ne Advisory OSItA Rules & Regulations Amended Indemnification & Hold Harmless (9/98) Chfnge Orders (4/26/99) As~Built Dimensions and Drawings (7/5/00) Difposal of Highly Chlorinated Water (7/5/00) pr_-Construction Exploratory Excavations (7/5/00) Ovirhead Electrical Wires (7/5/00) Amjnd "Maintenance Guaranty" (8/24/00) ..... for ,I ","" II SUPPLEJeH'rARY SPECIAL PROVISIONS (the following added by ConSUlting Engineer) :,.% A-50 A-51 A-52 A-53 A-54 A-55 A-56 A-57 A-58 De'llliltering Ra~ Delays NP$S Notice of Intent Submittal Ph_ical Data Pr~ect Record Documents Er~rs and Omissions De~lnition of Engineer Tr.ch Safety Ai~ort Safety and Security ." " , SPECIAL PROVISIONS - ATTACHMENT 2 Federally Required Language Corpus CQtisti International Airport Background Verification For-m .. Corpus C~isti Employment and Personal History Form Airport Qenstruction Safety Plan FAA Order SW 5200.5B - Airport Safety During FAA-Funded Airport Construction and FAA Facilitie. Maintenance FAA Advisory Circular 150/5370-2E - Operational Safety on Airports During Construction FAA Advis~ Circular 150/5300-13 - Airport Design, Appendix 2 FAA Advis4rY Circular 150/5340-1H - Standards for Airport Markings (with Change 1 dated 12/ll/00) FAA Advis~ Circular 150/5345-55 - Lighted Visual Aid to Indicate Temporary Runway Closure ("/14/03) Table of Contents ;~ of 6 '-'-......~ PART . GENERAL PROVISIONS (rev. Nov/94) PART C FEDERAL WAGE RATES AND REQUIREMENTS PART T TECHNICAL SPECIFICATIONS GENE~ RJlQUIREllENTS GiOIO Summary of Work ~1290 Payment Procedures 01312 Coordination and Meetings 01325 Construction Schedules 01326 Construction Sequencing 01400 Contractor's Quality Control System FAA Gsn Gt-20 Gf- 30 <]f-40 (]f-50 (}f-60 (}f-70 (]f-80 Gt-90 (]f-IOO GP-I10 PROVISIONS Definition of Terms Proposal Requirements and Conditions Award and Execution of Contract Scope of Work Control of Work Control of Materials Legal Regulations and Responsibility to Public Prosecution and Progress Measurement and Payment Contractor Quality Control Program Method of Estimating Percentage of Material Within Specification Limits (PWL) Nuclear Gages - .......... GIP-120 ...... GBNERAL~STRUC'1'ION i-'300 Barricades and Traffic Control G~500 Mobilization G...600 Haul Roads G.700 Demolition - PAVING I BiaRTHWORK P~'Ol Surface Preparation P...152 Excavation and Embankment P~155 Lime Treated Subgrade P~156 Temporary Air and Water Pollution, Soil Erosion and Siltation Control P.209 Crushed Aggregate Base Course P~Ol Plant Mix Bituminous Pavements P~SOl Portland Cement Concrete Pavement P1602 Bituminous Prime Coat P~03 Bituminous Tack Coat P~05 Joint Sealing Filler P~~10 Structural Portland Cement Concrete P-.,20 Runway and Taxiway Painting - FBNCING F~~62 Chain-Link Fences ..... DRAINAGI D~~Ol Pipe for Storm Drains and CUlverts D.)05 Pipe Underdrains for Airports D~'51 Manholes, Catch Basins, Inlets and Inspection Holes Dj~52 Concrete CUlverts, Headwalls and Miscellaneous D~~54 Concrete Gutters, Ditches and Flumes Table of Contents 3 of 6 '--~,._.."",,_._.,,_,..u__.~~._ ".. TURF~ T-901 Seeding T-904 Sodding LIGHTING &: ELECTRICAL L-IOO General Provisions and Requirements for Electrical Work L-I04 General Electrical Safety Requirements and Temporary Airfield Lighting L-I05 Alterations, Removal and Demolition L-I06 Submittals, Record Documents and Maintenance Manuals L-I08 Installation of Underground Cable for Airports (with MOdifications) L-IIO Installation of Airport Underground Electrical Duct (with MOdifications) L-125 Installation of Airport Lighting Systems Description L-131 Demonstrations, Tests and Performance Verification -..... SPECI~ SPBCIFICATIONS ~P-4 Worker Safety Requirements for Excavation and Trenching Operations .., TEXAS UARTHDT -247 TX-260 TX-276 TX-340 TX-432 TX-666 OF TRANSPORTATION (TxDOT) - REFBRENCED STANDARD SPECIFICATIONS Flexible Base Lime Treatment (Road-Mixed) Cement Treatment (Plant-Mixed) Dense-Graded Hot-Mix Asphalt (Method) Riprap Reflectorized Pavement Markings .; -... 1 j -~ CITY CORPUS 2C)20 .22022 826202 026210 826602 CHRISTI - SANDARD WASTEWATER &: UTILITY Excavation and Backfill for Utilities and Sewers (S-9) Trench Safety for Excavations Hydrostatic Testing of Pressure Systems (8-89) Polyvinyl Chloride Pipe (5-83) Installation of Sanitary Sewer Force Main (8-69) J -"'I I , ,.J ) l ,~ -, 1 ."" -, ,.,A '1 J 'j ".. """ ""'I ,,J ;i -',"" Table of Contents 4 of 6 '-._~ -, --- - ",... LIST OF DRAWINGS RU.AY 17-35 IMPROVEMENTS, SHOULDERS, BLAST PADS 1 C1.01 TITLE SHEET, PROJECT lOCATION MAP 2 C102 GENERAL NOTES & GEOMETRIC DATA SUMMARY 3 C 1.03 ESTIMATED QUANTITIES 4 C1.04 AIRPORT lAYOUT PLAN 5 C1.05 lEGEI\I)/BENCHMARKS 6 C1.06 SURVEY CONTROL MAP 7 C1.07 PROJECT SITE ACCESS PLAN 8 C1.08 PROJECT SEQUENCING AND PHASING PlAN 9 C 1.09 PROJECT SAFETY PLAN 10 C2.01 RUNWAY 17-35 TYPICAL SECTIONS 11 C2 .02 RUNWAY 17-35 SHEET LAYOUT 12..18 C3.01-C3.07 RUNWAY 17-35 PLAN AND PROFILE 19..21 C4.01-C4.03 RUNWAY 17-35 TABULATION OF FINISHED GRADES 22 C5.01 RUNWAY 17-35 TABULATION OF EARTHWORK QUANTITIES 23 C5.02 RUNWAY 17-35 PAVEMENT MARKING PLAN 24 C5.03 RUNWAY 17-35 PAVEMENT MARKING DETAILS 25 C5.04 BARRICADE AND SAFETY DETAILS 26...47 C6.01-C6.22 RUNWAY 17-35 CROSS SECTIONS . 48 1 COMMERCiAl AVIATION APRON PAVEMENT & STRIPING PLAN · 49 2 COMMERCIAL AVIATION APRON PAVEMENT JOINT PLAN COMM~RCIAL AVIATION IMPROVEMENTS PAVEMENT SECTIONS & DETAILS COMMERCIAL AVIATION IMPROVEMENTS PAVEMENT SECTIONS & NOTES AlRIllELD DRAINAGE IMPROVEMENTS (PHASE 4) 52 01.01 OVERALL AIRFIELD DRAINAGE PlAN & SHEET LAYOUT 53 02.01 PHASE IV DRAINAGE CALCULATIONS *** 54 ...:57 04.01-04.04 MAIN DITCH/LINE MD-4 DRAINAGE PlAN AND PROFilE 58..fi9 04.05-04.06 LINE N DRAINAGE PLAN AND PROFILE 60...l>1 04.07-04.08 LINE 0-6 DRAINAGE PlAN AND PROFILE 62..13 04.09-04.10 LINE M & K DRAINAGE PLAN AND PROFILE 64"5 04.11-04.12 LINE L DRAINAGE PLAN AND PROFILE 66 05.01 LINE N MIDFIELD AREA GRADING PLAN 67 05.02 LINE 0-6 MIDFIELD AREA GRADING PLAN 68 05.03 LINE M & K MIDFIELD AREA GRADING PLAN 69 -.,2 05.06-05.08 FULL-DEPTH PAVEMENT REPAIR TYPICAL CROSS SECTIONS 73-10 06.01-D6.08 MAIN DITCH MO-4 CROSS SECTIONS 81 07.01 AREA INLET TY A DETAILS 82 07.02 TY M MANHOLE DETAILS 83...16 07.03-07.06 STORM SEWER HEADWALL AND WINGWALL DETAILS 87 -fa 07.07-07.08 SINGLE PRECAST BOX CULVERT DETAILS 89...to 08.01-08.02 MISCELlANEOUS DRAINAGE DETAILS *** 91 08.02 JUNCTION BOX DETAILS 92 08.03 SLOPE PAVING DETAILS 93 08.01 SANITARY FORCE MAIN REPLACEMENT DETAILS 94 09.01 STORM WATER POLLUTION PREVENTION PLAN (SW3P) 95 D9.02 STORM WATER POLLUTION PREVENTION PLAN NARRATIVE * 50 3 -' * 51 4 ~ , Table of Contents 5 of 6 . .~.........- -'- .- ,--, , 96-E 09.03-09.05 STORM WATER POLLUTION PREVENTION PLAN DETAILS RUN. Y 17-35 LIGHTING AND SIGNAGE IMPROVEMENTS 99 Ell 100 E12 101 E2 1 102 -1GB E31-E3.7 109 - 115 E4.1-E4.7 116 E5.1 117 E5.2 118 E.5.3 119 E5.4 120 -121 E5.5 122 E5.6 123 E5.7 ELECTRICAL SCHEDULE, LEGENDS & GENERAL NOTES PROJECT LOCATION MAP RUNWAY 17-35 HOME RUN CABLE ROUTING RUNW A Y 17-35 LIGHTING & SIGNAGE DEMOLITION (ST A 111 +00 TO STA 172+00) RUNWAY 17-35 LIGHTING & SIGNAGE PLAN (STA 111+00 TO STA 1l2+00) VAUL T MODIFICATIONS VAULT ELECTRICAL SCHEDULES WIRING DETAILS ELEVATED FIXTURE DETAILS SIGN DETAILS DUCT DETAILS TEMPORARY JUMPER DETAILS * ADDITIVE BID AL TERNA TE NO.1 *** ADDITItE BID ALTERNATE NO.3 CCIA APR. PHASE 2 WESTSloE (PARKING) (CC PROJ NO 1897) ADolTlIE 810 ALTERNATE NO.2 - ENCLOSED 1 C 1.0 1 TITLE SHtiET 2 C102 C1.03 Cl.04 Cl.05 Cl06 3 4 5 6 GEOTECHNlCAL REPORT NOTICE AGREEMENI' , GENERAL INFORMATION, LEGEND, SYMBOLS AND ABBREVIATIONS EXISTING CONDITIONS AND DEMOLITION PLAN SITE LAYOUT PLAN SITE GRADING PLAN DETAILS PROPOSAL'DISCLOSURE STATEMENT PERFO~E BOND PAYMENT loRD ~~""""""""~' .-..,."~.__. ,....._.,.,~~ Table of Contents 6 of 6 ,.... .... NOTICE TO BIDDERS ~ - -) j ".... - -...................---.....- ......,,-; .... '. -_.......~.... ._"'_.'--. .,........._--..-.., ........,. NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CORPU~~$TI IlITE8lCATI~ AIRPORT RONNAY 17/35 XMPROV'EMENTS, SHOULDERS, Llc;ar~, BLAS1" PADS, SI_~~ AIm AIRnELD DRAINAGE lHPROYEMBNTS, PHASE 4 & CCIA:I:AlltOH PRASE 2 WESTSIDE (PARKING) i which consists of the following: ItBase Bid comprised of 108,000 SY asphalt paving, including milling and overlaJJng, striping, 32000 SY of new 25-foot wide asphalt shoulders, 23150 CY of excaVation for grading and drainage improvements including 1910 If of 36ff and 800 If of 48" concrete pipe, 1500 If of 7' x4' box culverts and related struct~es, new high intensity runway lighting including conduit, cables and transf~~rs, utility relocations, surface restoration including seeding and soddin~.erosion control, and other items; 2lt Additi.ve Bi.d Alternate No.1 comprised of 2,700 SY of 15" concrete paveme~ and base course, demolition of existing pavement, joint preparation and other ~lated items; 31 additi'9'8 Bid Alteraa.te No. 2 coq>rised of 4,300 SY of asphalt pavement and ba~ for a parking lot, 615 SY of concrete pavement and base, fending, pavement markings and other items; ... Addi.ti.ve Bi.d Al.tecnate No. 3 comprised of channel modifications, concrebt box culverts and related structures, grading and drainage; other related work items to construct the Project in phases in accordance with tn. plans, specifications and contract documents; will received at the office of the City Secretary until 2:00 p.m. on Na 31 2006, and then publicly opened and read. Any bid received os ng time will be returned unopened. - a A pre-bJd meeting is scheduled for ~~.day, ~y 18, 2006 beginning at ~ a.m. T. pre-bid meeting will be conducted by the City, at Corpus Christi International Airport, Administrative Office, 1000 International Drive, Corpus Christi, TX 78406. The Consultant A/E will be present to address Bidder's questiolls. - A bid btnd in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute.a non-responsive propos~ which will not be considered. Failure to provide required performance and pa~... nt bonds for contracts over $25,000.00 will result in forfeiture of the 5' bid .... nd to the city as liquidated damages. Bidder's plan deposit is subject to manQItory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, ,roposal forms, specifications and contract documents may be procured from t~ City Engineer upon a deposit of Fifty ~ no/100 Dollars ($50.00) as a guarantfe 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 n~-refundable postage/handling charge. The bidter is hereby notified that the owner has ascertained the wage rates which ptevail in the locality in which this work is to be done and that such wage sc41e is set out in the contract documents obtainable at the office of the City En~neer and the Contractor shall pay not less than the wage rates so shown for eacll craft or type of "laborer," "workman," or "mechanic" employed on this project. The Cit, reserves the right to reject any or all bids, to waive irregularities and to 4Ccept the bid which, in the City's opinion, seems most advantageous to the Cit, and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Angel R. Escobar, P.E. Director of Engineering Services /s/ Armando Chapa City Secretary Revised Jll/5/00 """.""~' .,,--...,.",~ "'-.....~_"'"c ..... ........ '__'._~"_'_ __~,.'''~'_ .,-.- ...",...-, ,,-,..., .... ~ _OTICE TO CONTRACTORS - A -.j 1 ..... ,....,. i -" ".... ...... ...,..".".<~. --'_",,-,_.. ..... _..~.. .-...,.....,...-.... -~_....~.._~._.._..-,"""._.. ...... NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised September, 2000 A certificate of Insurance indicating proof of coverage in the following amounts is req,*ed: _\\ ~ TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day lIotIce of Cancdlatioo required on all certHtcates Boehly Injury ud Property Damage Comm.ial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. C~rcial Form 2. PntniIes - Operations 3. ECn and Collapse Hazard 4. U. Ip'ound Hazard 5. ~/ Completed Operations Hazard 6. C4ttactual Insurance 7. B+t Form Property Damage 8. Infpeadent Contractors 9. P'" Injury AUTO~E LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT ORRE WHICH COMPLIES WITH THE TEXAS WORKERS' WO~' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHffiIT EMPLOfERS' LIABIUTY $100,000 .~ EXCES.UABILlTY $1,000,000 COMBINED SINGLE LIMIT PROF=AL POLLUTION LlABILITYJ $2,000,000 COMBINED SINGLE LIMIT ENVIR . NT AL IMPAIRMENT COVERAGE - REQUIRED Not limWd . sudden & accidental discharge; to include -.X NOT REQUIRED Iong-te~.nmonmental impact for the disposal of . 'Ji con . . 'll!' BUILD.' RISK See Section B-6-11 and Supplemental Insurance Requirements - REQUIRED .x NOT REQUIRED INST ALLA TION FLOATER See Section B-6-11 and Supplemental Insurance Requirements .x REQUIRED - NOT REQUIRED - .,...,..... Page 1 of2 -,...~""-,,. ......, ......-...,..--. The City of!Corpus Christi must be Da4DOO as an additiooal imure4 on all coverages except worker's compensation liability cm.'age 01be name" die project must be listed under "description of operations" on each certificate of insurance. .. , I OFor each +--nee coverage. the Contractor shall obtain an endorsement to the applicable insurance policy. signed by the insurer. pr<>1tliDg the City with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contra'- shall provide to the City the other endorsements to insurance policies or coverages which are specified in section 8-6- II 01' Special Provisions secrien of the contract. 1\ A completed;~DlscIosure of lIlterest" m_ be submitted with your proposal. '.'11 I ( J Sh.,,1d you "e any qrustiom regarding iIlsuranee requirements, please conltld the Contraet Administrator oJ 880-3500. ...., J I I . J . . .. Page 2 of 2 -"'-' ""- . '..-......-- HQ,1J:CE TO CONTRACTORS B WORKER I S CO~.1PENSATION COVERAGE FOR BUILDING OR CCNSTRUCTION PROJECTS FOR GCVE~~ ENTITIES Texas law requi~es that :":'lost contractors, subcc~t:ractore, and othe~s providing work or serv~ces for a City building O~ construction prcj.c~ r.1.ust be covered by worker. s compensation insura:1ce, authorized self... i::.surance, or an approved worker IS compensa t: :":::1 coverage agreerr.ent . .... Even if Texas law does not require a contractor, subcontractor or 01.........hers performing project services (including d.eliv.eries t..O.,th. e...job site< ~:::> provide 1 of the 3 forms of worker's compensation coverage I the:..~y will require such coverage for all ind.ividuals provid~9' work or .er.....ices on this Proj ect: at any time, including during the mair..'1ten.ance guaranty period. :.iotor carriers which are requ~r~d to regi.~er with the Texas Depar.::::ent of Transportation under Texa,.s Civil Stac,tes Article (; G7Sc, and which provide accidental insurance covetawe under Texas Civil Statutes Article 6675c, Section 4(j) need not J=ovide l of the 3 forms cf worker's compensation coverage. ,~ The Contractor agrees t~ comply with all applicable provisions of ~X&S Administrative Code Title 26, Section 110.~10, a copy of whict is attached and deemed i~corporated into the project contract. Pleale note that under section 110.110: 1. certain language !i.ust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; G . the Contractor .:.s required to submi t ~o the City certificates of coverage for its employees and for all subcontractors and others providing services on the proj eat. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3. the Contractor is required to post the required notice at the job site. By s~ning this Contract, the Contractor certifies thac .- will timely compl~' with these Notice to Contractors liB" requirements. NOT1CE ~o COHT~ -8 (Re.i.ea 1/1~/98J 'acte 1 of 1 8/7 /18 ,...~ '","~"'"_." ~...,..~~ _.....,..._.____._m._-_~~. ._...........w.._.._ __ -_.,.~ i "-~". rage 1 vi. C ~ Title 28. NSlR~~CE Purt fI. TEXAS \VORKERS' CO~'IPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COveRAGE Skbcb.aprer B. EMPLOYER NOTICES ~iJl..110 Reporting Requirements for Building or Construction Projects for Governmental .tides -~ 1, -i <f.iT1l...e foUowing ~o.~?s and terms,.when used in this rui~'. sh~ have the following m~gs, u~ess. tltf'context olearly IIlO1cates otherwIse. Te:ms not detinea 10 this rule shall have the meanmg denned 1n tli Tix:as Labor Code, if so defined. ..{ (lICtnffic:ue ofcove....age {cerriiicate)-A copy ofa certiiicate of insurance, a certificate ofautboriry i~...'.. .'-insure issued by the ex>mmi.ssion, or a workers' compensation coverage agreement (lWCC-8 I, . .. CC-82. nVCC-83, or nvCC-S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing sefticcs on a project, for the duration of me project. ..f (2J113a:ilding or construction-Has the meaning defined in the Texas Labor Code, S 406.096(e)(1). -~ (3)~onrractor-A person bidding for or awarded a building or construction project by a governmental ~. (4)Coverage-Workersl compensation insurance meeting thestarutory requirements of the Texas LalIbrCode, S 401.011(44). (S)l:overage agreement-A written ~greement on formT\VCC-81. fonn TWCC-82, form TWCC-83, :r ... .. lWCC-847 filed with the Te."W Workers' Compensation Commission which establishes a .p between the patties for pUrposes of the Texas Worken;l Compensation Act, pumIant to the," Lobor Code, Chapler 4%, Subchapt"'" F and G, as one of employcdemployee and estaIfishes who will be responsible for providing workers' compensation coverage for persons p~ serVices on the project. (6) tkntiOQ of me project-Includes the time from the beginning of work on the project until the wort on the project has bee:1 completed ;;""1d accepted by the governmental entity. ......( . ...., (7) ltersons providing services on the projecr ("subcontractor" h": 9 406.096 of the Act)-\Vith the eXC4foon of persons excluded under subsections (h) and (i) of this section, includes all persons o~ enti* performing all or part oftbe services the contractor has undertaken to perfonn on the proJect, regalness of whether that person contracted directly with the contractor and regardless ofwhemer '~n has employees. This includes but is not limited to independent contractors, subcontractors. I .. ..,mpanies, motor carriers, owner-operators, employees of any such entity, or employees of any' ... .'. fumithing persons to perfo~ services on the project. uServices" includes but is not limited http://'ttwwsos.state,tx.usltacl2SIIIlI10/B1l10.11 O.html NOTICE TO CONTRACTORS - 3 Rev1aed 1/13/981 Paqe 2 of 7 811/98 ~"""'-""<C"'~"" ..'^.~,,__..... m'~'.""""'~ '...- ~~ i ,- Page2 cf 6 ;() p~::\~c::.g, :::;:.iling, or deUvering equipment or ::'::!::ri31s. or ~ro\iding tabor, transpcI"::!.!ion. or othe:- SltrvJce :ei~:e: to a project. "Services" does not i.1cl~de activit:es ur.:clated to the proiec:.. s~ch as &)Qdibever:!ge vendors, office Stlpply deliveries, ar:d delivery of po ruble toilets. .. (f) Prcje~-11cJudes the pro\ision of all services rei.!ted to a building or construction co::tract fora .vtffi.rnent:ti entity. 0.> Pr0\1dir.g or causing to be provided a cenifica~e of coverage pursuant to this rule is a rt'rosent2.ticn by the insured :hat all employees of the insured who are providing s~rvices on the pa,ject a:-e ccvered by workersI compensation coverzge, that the coverage is based on proper r4'<>ning of classification codes and payroll amounts, and that all coverage agreements have been tiled . the appropriate insuraace carrier or, in the case oi'a self-insured, \Vith the. commission's Division oISelf-Insura:lce Regulation. Providing false or misleading certificates of Coverage, or f~iiing to pevide or caintain required coverage, or failing to report any chmge that materially affectS the p.vision or coverage may subject the contractor or other person .providing services on the project to a61inisrrztive penalties, criminal penalties, civil penalties. or other civil actions. (ciA goveI1".=ental entity that enters into a buildi."lg or constru~Jon contraGf; on a proje~ shaH: - (IJinclude in the bid specifications, all the provisions of paragraph (7) of this subsection., using the 13.J111uage required by paragraph (7) of this subsection; - (2"5 pan of the contra~ using the language required by paragraph (7) of this subsectio~require the coItracor to perform as required in subsection (d) of this section; (3)jpbtain from the contractor a certificate of coverage for each person providing services on the prefect. prior to that person beginning work on the project; (4).btain from the cont....actor a new cert:ificate of coverage showing extension of coverage: (A)€~e(ore the end of the ct.:17ent covenge period., ifL~e contractors current certificate of coverage shotrs that the coverage period ends during the duration of the project; and a:.'.."......O.Ia... ter than seven days after the expiration of the coverage for each other person providing s ... on the project whose current certificate shows that the coverage period ends during the d " of the project; . (5) .rain ceni1icates of coverage on file for the duration of the project and for three years thereafter; (6) .ovide a copy of the ce,..iiicates of coverage to the commission upon request and to any person enti*d to them by Jaw; and (7) * the language contained in the following Figure I for bid specifications and contracts. wi~out any fdition2.i words or changes, except those required to accommodate the specific document U1 whic.l they are contained or to impose Stricter standards of documentation: T28.10.110(c)(7) tbl http://\Il!fNw.sos.state.tx.usltac/~81W1101BIlIO.110.htmJ NOTICE TO CONTRACTORS - 9 Rev1.ed 1/13/981 'Aqe 3 of 1 sn/98 ".,..."~,........., -~. .,.,..."".-. .--"'< :3TAC110.110 Page 3 of6 :) A contractor shall: (I) provide coverage for its empioyees providing services on a project, fc: me duration of the project :,sed on proper reporting of class~ca:ion codes and pa}Toll amounts and f!!::g of any covern.ge $eements; (3) provide a certificate of coverage showing workers' compensation coverage to the governmental e$ity prior to beginning work on the project; , fE,"""," P" ro",'",te th", e governmeolal entitj', prior to the end of the coverage period, . new certificate of . ',' ,'..., e showing eXtensiOll of coveragCy if the coverage period shown on the contractor's current : . ",' te of coverage ends during the duration of the project; . (4Jobtain from each person providing services on a project, and provide to the govenunentaI entity: (.-\) a certificate of coverage., prior [0 that person beginning work on the project. so the governmental e.. will have on file certificates or coverage showing coverage for all pe:-sons providing services on t.l:C'liproject; and (B}"no (ater than seven days after receipt by the contractor, a new certiiicate of coverage showing eX$sion of coverage, if the coverage period shown on the current certificate of coverage ends during t~tion of the project; (5) Iiletain all required certificates of coverage on file for the duration of the project and for one year th ~ .......r, (6) ItDtifY th_~ governmental entity in writing by certified mail or personal delivery, within ten days after the GPntra.ctor knew or shouJd have Y.no~ of any ch.aage that materially affects the provision of covthse of any perSOQ providing services on the project; (7) .st a notice on each project site informing aU persons providing services on the project that they are Jlfquired to be covered, and stating how. person may veritY current coverage and report failure to pro.c coverage. This notice does not satisty other posting requirements imposed by the Act or other CO~n rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shaU be in both Eng1;~ft and S pWsh and any other-language common to _worker population. The ten for the notices shall be the fonowing text provided by the comallssion on the sample notice. without any additional words or changes: REQIIRED WORKERs' COMPENSATION COVERAGE "The .w requires that each person working on this ,site or providing services related to this coqc:aion project must be covered by workers' compensation insurance. This' includes persons provi4P& hauling, or deliverina equipment or materials, or providing Jabor or transportation or other semal related to the project, regardless of the identity of their employer or status as an employee." "Call. Texas Workers' Compensation COmmission at 512-440-3789 to receive infonnation on the legal rtluirement for coverage, to verify whether your employer has provided the required coverage, or to .011 an employer's failure to provide coverage. H ~P:lI~.~0~.state.tx.usltac/28/!111 OIB/II 0.11 O.htmJ NOTICE ~ ~ - B Ren.eca 1/13/11 t '..... 4...ld, .~., snl98 .~ ""~ ..,r. -'-;! .of- 28 TAC 1.v.110 tJage 4 or 6 (, cem:ac:ually require e3~h person with wnor.: it contra~s :: ;:=:-o\-ide sef\~ces c:: a ~roject to: (4) provide coverage based on proper reporting of classification codes and payroll 2J:1ounts and 1iJing o'an)' coverage agreements for !ll of its empioyees providing ser....ices en the project, for the duratio~ olthe project; (II provide a certificate of coverage to the cont.--actor prior to that person beginning work on the pejecr; (0) u.clude in all contracts to pro\ide services en the project the language in subsection (e)(3) of this s_ion; ~ (llJ provide the contractor, prior to the end. of the coverage period, a new cenmca:e of CQverage sQtwing extension of coverage. if the coverage period shown on the current certi:fiC3.te of coverage . 4uring the duration of the project; <at obtain from each other person with whom it contra~~, and provide to the comra~..or. (i),. certiiicate of coverage, prior to the other person beginning work on the project; ~"1d (4 prior to the cnd of the coverage period, a new certi1icate of coverage showing extension of the ~e period, if the coverage period shown on the current certificate of coverage ends during the d"n ofdleprojea; (f},retain. all required cer"..ificates of coverage on file for the duration of the project 3-"'lQ for one year t:h4Iteatter; {ctnCllU, " 'fy the governmental entity in writing by certified mzil or personal delivery, \1ritbin ten days atWr$e person knew or shQUld have knOWl1y of any change that materially affects the provision of ooierage of any person providing services on the project; and (HIcamracwa1ly require ~ch other person with whom it COntr2.C7..s. to penorm as reqUired by ~aagrapbs (A)-(H) of this paragrap~ "'With the certificate of coverage to be provided to the person fortvbDm they are providing sei-vices. (e) ^ person providing services on a project, other than a contractor, shall: (1 >I'rovide coverage for its omployees providing services on a project, for the duration of the project buid on proper reponing of classiiication codes and payroll amounts and filing of any coverage a~ments; (2)trovide a certificate of coverage as required by its contract to provide services on the project, po.. to beginning work on the project; (J~.."".. ve the following langu3l, e in its contract to provide services on the project:" "By Si.snm,' g this co 'p' . or providing or causf1g to be provided i certdicate of c:o~e, the person signing this ::t: ~:~i:~~;~ ;~:~V:::~0J:(~~~~~r:~ ~~;::~~:;::~:nt~vernge .-http;4.'WW.sos.nau.tx.uslta.cl28lIIll1Q~/lI0.11 O.htmJ . -.'- . -.-..- ItOTlCE 'to COHraAcTOAS - a ae.bed 1/1311" --Jt~9. , .cL_7 sn198 _.~. ............. ,-,.~- -.......--..,....--.... ..C;.^v~.vji.V t'age ) or 0 for ~e duration of tbe project, that the coverage will be based on proper repon:i11g of classification cocts and payroU ~ounts~ and that all coverage agreements will be filed \\ith the appropriate instIra:lce carrier or, b the case of a self-insured, with the commission's Division of Self-Insurance Rejdaion. Providing false or misleading i....tbnnation may subject the contractor to administrative pe.ties, criminal penalties, civil penalties, or other civil actions. I< (4) frovide the person for whom it is providing services on the project, prior to the end of the CO.lc period shown on its current cenmcate of coverage, a new certUicate showing extension of coVlltirat~, if the coverage period shown on the certificate of coverage ends during the duration of the pr~; . (5) 4btain from each person providing services on a project under contract to it, and provide as r~ by its conuact: (A)' cenificate of coverage, prior to the other person beginning work on the project; and '" (B) For to the end of the coverage period, a new certificate of coverage showing extension of the coytage period, if the coverage period shown on the current certificate of coverage ends. during the duralon of the project; (6) $ain all required certificates of coverage on file for the duration of the project and for one year th~<<; (7) .. the governmeataI endty in writing by certified mail or personal delivery, of any cha.Qge that mat~ meets the provision of coverage of any person providing services on the project and send the ~ce within ten days after the person knew or should have kno~ of the change; and (8) C4Dtractually require each other person with whom it contracts to: (A) .'*ie coverage based on proper reporting of classification codes and payroll amounts and filing of Ilf'otverage a.gree.'11ents for all of its employees providing services on the project, for the duration ofth.project; (B) p$vkfe a certificate of coverage to it prior to that other person beginning work on the project; (C) iufude in aU contracts to provide services on the project the language in paragraph (3) of this subsection; (0) ptvide., prior to the end of the coverage period, a new certificate of coverage showing extension of theprage period.. if the coverage period shown on the current certificate of coverage ends durinJkhe duration of the project; (E=..... ~ from each other person under contract to it to provide services on the project, and provide as . by its contract: (i) a ('.~.ate of coverage, prior to the other person beginning work on the project; and (ll) pli. tt the eud of the coverate period, a new certificate of coverage showing extension of the cover+ period, if the coverage period shown on the current certificate of coverage ends during the http://~.lOs.$tate.oc.usltacl281U11101BIIIO.IIO.html Kot'lCE 1'0 QONt'M.CI'OU - B Rni.ecl 1/13('" - -n.ve--ro.~ Sn198 ..:.:S 1 Al. I l V. 11 V Page 60f6 c8'ation oi:be contract: (f) reeam ail required certifca:es or coverage on file for the duration or the project and for one year t_eafter; . ... (<.1 notify the governmental entity in writing by certified mail or personal delivery, within ten days ~r tile person knew or should have known, of any change that materially affectS the provision of cOl'erage of any person providing services on the project; and (It..... 4 contractUally require each person with whom it contracts, to perfonn as required by this . s4Paragraph and subparagraphs (A}{G) of this paragraph, with the certiBcate of coverage to be prtvided to the person for whom they are providing services. ..... (f)iJ.f any provision of this rule or its application to any person or circumstance is held invalid. the inltliclity does not affect other provisions or applications of this rule that can be given effect without thiinvalid provision or application, and to this end the provisions of this rule are declared to be . seerat,le. .... (g)!nbis ruie is applicable for building or COnstruction contractS adve:"tised for bid by a governmental .00 or after September 1, 1994. 111is rule is also applicable for those building or constrUction co~cts entered in.to on or after September 1, 1994, which are not required by law to be advertised forltid. .... (bl:the coverage requirement in this rule does not apply to motor carriers who are required pursuant to texas Civil Statutes, Aniele 6675c, to register with the Texas Depuunent of Trans po nation and wbi provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 667Sc, 94(j). (i~... ~ coverage requirement in"this rule does not apply to sole proprietors, partners, and corporate 0', . who meet the requirements of the A~ ~ 406.091(c), and mo are explicitly excJuded from eo+-aae in accordance with the Act, ~ 406.097(a) (as added by House Bill 1089, 74th I.~slaturc; 19ft, 11.20). TI1is subsection applies only to sole proprietors, partners, and corporate executive ofDtcrs who are excluded from coverage in an insurance policy or certificate of authority to s..e1f-insure tha.tiis delivered, issued for delivery, or renewed on or after January 1. 1996. Solfce: The provisions oftbis S 110.110 adopted to be effective September 1, 1994. 19 TexReg 5711; amended to be effective November 6, 1995,20 TexR.eg 8609. Re.ra to Section Index __~~p:J/'fww.S9$.state.tx.usltacl2811I11101B1110.110.htm1 -.....-.... -~. --. --- . -- -.- - _n_"_ __n _ ffO'1"tCE fa CONftACToas - B ReYtaN 1./13"', '&9- 1 of 7 ---.---- -. .,- -"-"~~'-'--' Sn198 ~.- >",."............... -" '.,', ---- -""<>"" ~.. .-. '.,... '.;'<",,", "''1111" NOTICE TO CONTRACTORS - C (for contracts over $10,000) Notice to Pr060ective FederaBv Assisted Construction Contractors -.".,.. 1. A Certification of Nonsegregated Facilities must be submitted prior to the award of a rlderaly-assisted construction contract exceeding $10,000 which is not exempt from tie provisions of the Equal Opportunity Clause. .-. 2. Contractors receiving federally-assisted construction contract awards exceeding .0,000 which are not exempt from the provisions of the Equal Opportunity Clause will bt required to provide for the forwarding of the foHowing notice to prospective sIboontractors for supples and construction contracts where the subcontracts exceed ';0,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. - lIMiIe to Prosoective Subcontractors of Requirement for Certification of Nonseareaated FaciIties .. 1. A Certification of Nonsegregated Facilities must be submitted prior to the award of a SIIboontract exceeding $10,000 which is not exempt from the provisions of the Equal ~rtunity Clause. .... 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt t+n the provisions of the Equal Opportunity Clause will be required to provide for the f.~"'rding of this notice to prospective subcontractors for supplies and construction <:<<In_cts where the subcontracts exceed $10,000 and are not exempt from the ,..ions of the Equal Opportunity Clause. NOTE: The penalty for making false seatements in offers is prescribed in 18 U.S.C. 10~ , ..... A~y of the Certification of Non-segregated F;alities (for contracts over $10,000) is latated in the Federally Required Language section of this document. FII/I.vt1IJy Mandated Construction Contract Language R._ J - Mtlrch 6, 2001 ~'" "--"'''-'-''-'*'-''''''''-'"'-~' ._._..".....~.. --..."..."".,.~. .,,~.-_._,..~._-.' .".... NOTICE TO CONTRACTORS - 0 (for contracts over $10,000) ~tice of Reauirement f~ Affirmative Action to Ensure Eaual Emolovrnent Oooortunitv (Executive Order 11246. as amended) 1. TlfJ Offerer's or Bidder's alention is called to the "Equal Opportunity Clause" and the "Startlard Federal Equal Opportunity Construction Contract Specifications" set forth herein. 2. T~....."..'." .,aIs and timetables ". minority and female participation, expressed in percentage term . the COlli. actor's aggMgate wor1dorce in each trade on all construction work in the cove area. are as foHows: Timelt>les Goals few minority parti~ for each trade Goals for female participation in each trade Insert goals for each year Insert goals for each year Tl.........gG8 aI... ..... Is a fe. applicable. to a. II the contractor's construction work (whether or not it is Fe. deral or fe ...' . ,. y assisted) perfonned in the covered area. If the contractor performs construction work ageogqphical area loCated outside of the covered area, it shall apply the goals . esta '" fled for such geographicaf area where the work is actually perfonned. With regard to this ~.. .'.. area, the contractQl' also is subject to the goals for both its federally involved and nonf.....y inwlved construclion. The .,tractor's compliance with the Executive Order and the regulations ;n 41 CFR Part 60-4 shal,. based on its implenientation of the Equal Opportunity Clause, specifIC affirmative action oblig+-s required by the spetifications set forth in 41 CFR 6O-4.3(a}, and its efforts to meet the g.-. The hours of minority and female employment and training must be substantially unifortt throughout the length of the contract, and in each trade, and the contractor shall make a good ~ effort !o employ minerities and women evenly on each of its pr~iects. The transfer of min~ or femate empfoyees Or trainees from contractor to contractor or from project to project, for thfJ;sole purpose of meeting the contractor's goals, shaD be a violation of the contract, the Exec+- Order, and the regua,tions in 41 CFR Part 60-4. Compliance with the goals will be mea_ad against the total work hou~ performed. 3. ThIt contractor shall provide written notification to the Director, OFCCP, within 10 working. days <I award of any construction subcontract in excess of $10,000 at any tier for construction' work ~ the contract resulting from this solicitation. The notification shall list the name, addrels. and telephone number of the subcontractor; employer identification number of the subcoltractor; estimated dollar amount of the subcontract; estimated starting and completion dates If the subcontract; and the geographical area in which the subcontract is to be performed. 4. As,1itSed in this notice and in the contract resulting from this solicitation, the "covered area" is Corpl.lllj Christi. Nueces County, Texas. Federaf'/tIanda/ed Construction Contract Language Revisi04/ - March 6. 2()() J ...-- NonCE TO CONTRACTORS - E BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) Whetl! the Contractor will supply these items as part of their construction: (a) lJle Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and etaoofactured products protiJced in the United States ~ funds are expended pursuant to a grant issuel under the Airport hnprovtment Program. The following terms' appfy: 1. Steel and manufactured oroduds. As used in this clause, steel and manufactured products itll** (1) steel produced Nth United States or (2) a manufacturecf.productproduced in the United states, if the cost of its co~nts mined, produced or manufactured in the lfnited States exceeds at percent of the cost of aU its components and final assembly has taken place in the United States. Ollmponents of foreign origin of the same cfass or kind as the products referred to in subparagraphs (III) (1) or (2) shall be treated as domestic. 1.. ~t the U.S. Department of Transportation has dete4mined, under the Aviation Safety and qp.City Expansion Act of 19190, are not produced in the United States in sufficient and reasonably a.ilable quantities and of a satisfactory quality; 2. IMt the U.S. Department of Transportation has detennined, under the Aviation Safety and ~ Expansion Act of 1980, that domestic preference would be inconsistent with the public i.eeI:; or : } '1 "1 J I 1 J \ i 2. Gomoonents. As used in this dause, components means those articles, materials, and supplies iAltorporated directly into steel and manufactured products. 3. Cost of Comoonents. ThB means the costs for production of the components, excl~e of final ~bly labor costs. (b) 1lIie SUCcessful bidder will be required to assure that only domestic steel and manufactured products, wIJ be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this CCIltract, except those - 3. that inclusion of domestic material will increase the cost of the overall project contract by more ttwl 25 percent A cOPVl,of the Buy American Certificate is located in the Federally Required Language section of this docun'llitnt. Feder+ Mandated Construction Contract Language Revisiaj / - March 6, 2001 ~........~ NonCE TO CONTRACTORS - F BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) ~ WheIIIe the Owner will be accepting direct delivery from suppliers or manufacturers: - (a) "tte Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and ~. " facturecl products protluced in the United States when funds are expended pursuant to a grant issuil under the Airport Improvement Program. The following terms apply: 1~ fleel attd manufactured Droducts. As used in this clause, steel and manufactured products E"' .. (1) steel produced in the United States or (2) a manufactured product produced in the United . , if the cost of its components mined, produced or manufactured in the United States exceeds ... ._". percent of the cost of all its components and final assembly has taken place in the United States. t)inponents of foreign origin of the same dass or kind as the products referred to in subparagraphs .) (1) or (2) shall be treated as domestic. ,,",. ~ Z Comoonents. As used in this clause, components means those articles, materials, and supplies iItIcofporated alrectly into steel and manufactured products. ~ Cost of Comoonents. This means the costs for production of the components, exclusive of final alsembly labor costs. ...... (b) lite" successful bidder will be required to deliver only domestic steel and manufactured products, flllicept those - - 1~ ltat the U.S. Department of Transportation has determined, under the Aviation Safety and ~ity Expansion Act of 1190, are not produced in the United States in sufficient and reasonably al8i111ble quantities and of a satisfactory quality; 2. that the U.S. Department of Transportation has determined, under the Aviation Safety and Qltpacity Expansion Act of 1990, that domestic preference would be inconsistent with the public i.f1ISt; or .... ~ 3. that inclusion of domestic material will increase the cost of the overall project contract by more dim 25 percent. fI:IPI'" ~ A COlt of the Buy American Certificate is located in the Federally Required language section of this doculient. Fede*.... Mandated Construction Contract Language Revisfn 1 - March 6, 2001 "- "~~ '-".~ .... PART A SPECIAL PROVISIONS ~ ~ ~ .- . ...."~ - . ~ .-.. ~~ -. _._.,_"_.._.~......,..._..._.....,,_..._...-.-....-.,_ _O."".,_.'_.___._..._...._c._.___... ___~_. __........ CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) & CCIA APRON PHASE 2 WESTSIDE (PARKING) SECTION A - SPECIAL PROVISIONS A-I 'ime and Place of Receiving Proposals/Pre-Bid Meeting Sea.led.proposals wil be received in conformity with the official advertisement inviting bids for the project. Proposals will be received in the office of the City S~cret dry, located on the first floor of City Hall, 1201 Leopard Street, until 2: 00 Pi$lJll., Wednesday, May 31, 2006. Proposa Is mai led ShOllld be addressed in the followIng manner: CI ty of Corpus Cllri st i City Secretary's Office 1201 Leopard Strpet Corpus Christi, Texas 78401 ATTN: BID PROPOSAL - CORPUS CHRISTI INTERNATIONAL AIRPORT, RUNWAY 17/35 IMPROVEMBhTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS, PHASE 4 & CCrA ARPON PHASE 2 WESTS IDE (PARKING) A pre-bid meetinq wiJ L be held on Thursday, May 18, 2006, beginning at 10:00 a.m. The pre-bi d meeti nq wil j convene at Corpus Christi International Airport, AdmInistrative Office, 1000 International Drive, Corpus Christi, TX 78406. ,... J\f<:,,-_~ddit.ional oE- s~pa_~clt~_ -visi t~_!:.j_o_ns _will, be_consIucted by the City. A-2 ~finitions and Abbreviations SectIon B-] of the Goneral Provisions will govern. A-3 ~scription of Project The prOf' ect consists of the following: lBase Bid comprised of 108,000 SY asphalt paving, including milling and overlaying, striping, 32000 SY of new 25-foot wide asphalt shoulders, 23150 CY of eXCdvatjon for grading and drainage improvements including 1910 If of 36" and 800 If of 4'" concrete pipe, l~OO If of 7'x4' box culverts and related structures, new hiCJh intensity runway lighting including conduit, cables and transformers, utility relocations, :;urf"ace ;f'stordtion including seeding and sodding erosion control, and other items; 2' Additive Bid Alternate No.1 comprised of 2,700 SY of 15" concrete pavement anc! bas~ course, demoli ti',n of existing pavement, joint preparation and other related items; 3. Additive Bid Alternate No.2 comprised of 4,300 SY of asphalt pavement and base for a parking 1 t, 615 SY of concrete pavement and base, fending, pavement markings and other items; 4' Additive Bid Alternate No. 3 comprised of channel modifications, concrete box culvert:. dnd eelated 5t ruclurcs, Cjeading and drainage; Other related wc)rk j 'ems to construct the Project in phases in accordance '.-Ii t h the pLln:;, speCl t i Cd l ,)ns and con tract documents. A-4 ~od of Award ThE bid~. wi I 1 be eVdl uated based on the fol] owinq order of priority, subject to a va 1L a b i-I i t Y (" f 1m de; 1. Total Base Bid 2. Total Base Bid plus Additive Bid Alternate Number 1 3. Total Base Bid plus Additive Bid Alternate Number 1 plus Additive Bid Alternate Number 2, 4. Total Base Bid plus Additive Bid Alternate Number 1 plus Additive Bid Alternate Number 2, plus Additive Bid Alternate Number 3. Section A SP (Revised 9/18/00) Paoe 1 of 24 ..,~.- The City reserves the light to reject any or all bids, to waive irregularities and to accept the bid which, in the Clty'S opinion, is most advantageous to the City 'iod in the best .interc:it of the public. A-5 Items to be Submitted with Proposal The following i terns ~~, _recl~red to be subrni t ted wi th the proposal: 1. 5% Bid Bond (Must reference ~Eo;ect Name as identified in the Proposal) (A Cashier's Check, certified check, money order or bank draft from any State or National Bank will also be acceptable ) Dlsclosure of Interests Statement A-6 Time of Completion/Liquidated Damages The working time ior complet lon l) f the 1'[0 ject wlll be two hundred fifty (250) callfldar days. The COLtractor shall commence work within ten (10) calendar days aftair receipt of wri tt en notice trom the Director of Engineering Services or designee ("City Engineer") to proceed. For each calendar day tllat any work remains incomplete after the time specified in t he ConI ract for compl"tion elf t he work or after such time period as extended "pursuant to other provl sion" )f th i s Contract, $500.00 per calendar day will be assessed against the Cor, tractor as ] iquidated damages. Said liquidated damages are not imposed as a penalty hut as dfl estimate of the damages that the City will sustain from delay in cemp]etiun uf t.he walk, which damages by their nature are not capable t precise prool The Director of Engineering Services (City Engineer) may withhold iJnd deduct f: om mOTlleS otherwl se due t.he Contractor the amount of liquidated damage, due 'he City. A-7 Workers Compensat~on Insurance Coverage [f the Contractor' 5 WO) kers I compensation insurance coverage for its employees working on the Project s termindted or cdnceled for any reason, and replacement workers' compensat lon insurance covc,rage me-eting the requirements of this Contract is not in effect on the~ffective date of cancellation of the workers' compensation insuxance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance C(lVerage must not perform any work on the Project. Furthermore, for each ('alendar day inc::luding clnd after the effective date of terminatioTl or cancella t ion 01 th~, Cant ractor' s workers' compensation insurance coverage for I ts employees wc,rkullJ on the ProJect until the date replacement workers' compensation Insurance coverage, meeting the requirements of this Contract, is in effect tor thosf~ Contractor employees, liquidated damages will be ,-jssessed againc3t and pa d by the Cuntractor at the highest daily rate elsewhere specified in this Cont ra,.t. ~;uch ! lquldated damages will accumulate without notice 11 om the, i ty Englfleer t the C~Jnt ra,"tor and wi 11 be assessed and paid even if the pcrmitteo time to 'qmplc t e the Pr',':JPct has not expi red. In accordance with ,)thel requJlem'~rils of tillS Contract, the Contractor shall not permit subc~mtractcrs or others t '"I)rk on t 1](' Project unless all such individuals vlorki.ng (HI the Project .:re ('Ovc.rej U'( workc'r~;' cornpensatLon insurance and unless the requi~ed documencatic n nf such '~c,v('rdqe has been prOVided to the Contractor and : he-< Ci t Y [';nq i.ncel A-a Faxed Proposals rupo$als faxed directly to the ity will be' considered non-responsive. Proposals must contain original siqnaturec: and guaranty and be submitted in accordance with ~;ection B ;.> of the Cener.1l Pr'ovisiuns. Section A - SP (Revised 9/18/00) Prlnp ? ()f "74 ........-- A-9 Acknowledgment of Addenda ['he CQntractor shall acknowledge receipt of all addenda received in the appropriate Face pruvided in the r roposaJ. Fa i lure to do so will be interpreted as non- receipt. Since addenda Cdn have ,;iqnificant impact on the proposal, failure to iCknowledqe receipt, and a subsequent interpretatlon of non-receipt, could have an ldverse e f0(:t when dete~mining the lowest responsible bidder. A-IO Wage Rates (Revised 7/'i/OOl :.abor preference and waqe Idtes tor heavy construction. ":on t ractor~jfta..J-+- u-se-flHthe-r-wrrEj-e ht-t-e~- In C.:1GC of conflict, Min_lm11fn Pr~vaj:) ~ng~~ge_:;cal!:::3 ';'he CQrpus Christi City Council has determined the general prevailing minimum {wurly waqe rates for Nueces County, Texas as set out in Part C. The Contractor and ,;ny sUbcontractor must not pay less than the specified wage rates to all laborers, \ Hkm$1, and mechanics c:'mployed by them in the execution of the Contract. The ,ntrctctor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, portion thereof, for edch laborer, workman, or mechanic employed, if such person paid les:; than the specif ied Idtes for the classification of work performed. The CQntrdctDr and each '3ubcont Ia,:t:or must: keep an accurate record showing the Hnes and lassificciLions of all laborers, workmen, and mechanics employed by them connect ion WI th the Pr"")ject dnd s}lOwing the actual. wages paid to each worker. 1';(: Contractor will mak,'> bi-weekly certified payroll submittals to the City Enqin€ler. The Contractor will also obtain copies of such certified payrolls from sut>contractors and others workinq on the Project. These documents will also be ,mitted t, the City Erlgineer bi weekly. (See section for MinoritY/Minority Iness Enterprise Partie ipah on Polley for additional requirements concerning the proper form and content of the payrol I submittals.) and one-half (l-l/2) times the specified hourly wage must be paid for all hours ked in excess of 10 hOllCS in anyone week and for all hours worked on Sundays or days. (See Section h-1-1, Definition of Terms, and Section B-7-6, Working H.)urs.) A 11 eooperation with Public Agencies (Revised 7/5/00) Co~traetor shall cooperate with all public and private agencies with facilities oj,erattng within the limits of the Pnrject. The Contractor shall provide a forty- e (jht (48) hour notice to my applicable agency when work is anticipated to proceed thevicinlty of any facility by usinq the Texas One-Call System 1-800-245-4545, LoAe Star NotifIcation Company at 1-800-669-8344, and the Southwestern Bell L"cate Group at 1- 800-82 8 512""7 _ For the Cont ractor' s convenience, the following "phOne numbers are lis! ed. L_ c1 ty Encpneer CerA F.nqIneer Cs;rA Operations ManaCjer Pioject Engineer AlE Project Engineer peAL epeE TKafflc Engineer P()lice Departmerlt Walter Departmenl W;!lstewater Services !!epartmf""'nt Gas Department Storm L<Vdt or B80- ]:,00 361/289--0171 361/289-017] 880-3500 cxt 1223 ext 1229 /13/62/-1444 361/991-85'10 880-3540 882-1911 857-1880 857-]818 (direct 7l3/968-9375) 857--1881 (880-3140 after hours) (880-3140 after hours) 885-6900 (885-6900 after (880-3140 after hours) hours} Section A - SP (Revised 9/18/00) D"J........... 7 ......f: ')If '~"';<- Parks & Recreation Solid Waste ;;c'yvic'cs AEP SBe City treet I iv. t,r Traffi( Signa j /Fi be r ':)pt i c Loca Le Cablevision ACST (Fiber Optic) KMC (Fiber Optic) Cho,iceCom (Fiber OF'tic) CAPROCK (Fiber Opt c) Brocke Fib(~r lptic (MAN} ,~.. 12 llaintenance of Services 880 3461 857 1970 299-4833 881-2511 (693-9444 after hours) (1-800-824-4424, after hours) 857 1946 851-5000 887, 9200 813-1124 881-5767 512/935-0958 972/751-4355 857-1960 (857-5060 after hours) (Pager 800-724-3624) (Pager 888-204-1679) (Pager 850-2981) (Mob] Ie) rhe CQntractor sheil 1 t ak,' a] I precaut ions n protect ing existing utili ties, both above and below grourld. rhe Drawings show as much information as can be reasonably : 'ained feom exi~;tlng as built drawings, base maps, utility records, etc. and from muCh fie 1 d wc)rk 1S no r mall y deemed neces sary for the construction of this type ( f pr()ject with regard t,) the location and nature of underground utilities, etc. However, theacc~r~:y anu~ompl,eteness_ of _~uch information is not guaranteed. It JS the Contractor's sole and complete responsibility to locate such underground features sufficient Iy iJ advance uf his operations to preclude damaging the E'X I sting fdC i Ii t iee;. j f he Contractor encounters utility services along the line this work, it j his responsib i 1 it Y to ma i ntain the services in continuous operatIon at hi,' OWII expe rIse, II. the event of damage to underground utilities, whether shown in the drawings or not, tlte Contractor shall make the necessary repairs to place the utilities back in [vjc. to const ruct the worK d:; intended at no increase in the Contract price. All such H'Pdirs mu,,;t- conform to the requirements of the company or agency that ) ns the utilities. When~ .xisting sewers are encountered and are interfered with - (i.e. broken, cut, etc.), flow must be maintained. Sewage or other liquid must'be handled by the Ii raator eIther by connection into other sewers or by temporary pumping to a >c,Llsfactory outLet, all ~.;ith the approval of the City Engineer. Sewage or other j J quidlnust not be pumped, bai led or t lumed over t,he streets or ground surface and ';ontraat.or must pay for all fines Clnd remediation that may result if sewage or other liqUid contact the streets or ground surface. It is also the Contractor's respons:ibil ily to make al i neces:;ary repai IS, reloeat ions and adjustments to the sat 1 sfaction e)f the City E;lgineer at no increase in the Contract price. Materials fel repairs, -ldjustmerJts 0 rplocations of sewer service lines must be provided by the' Contrae lor. A-13 ~a Access and Traffic Control II flci.nt traffic control measures must be used to assure a safe condition and to pruvlde/a minimum of inconvenience to motorists and the public. All weather access mll.,-,t be provided to all re:iidents and busines::;es at all times during construction. "'h Contractor must provid,. temporary driveways and/or roads of approved material 1m Lng Wet weather. Thr- Con relet or must mainta in a stockpi ie on the Project si te to Hl.~ct the demands .)f inclem"nt wE:'athpy The t:ontract UJ wi] I !Y' r,;g1,ired to schedule his operations so as to cause minimum adverse impact on the ilccesiibi I ity of adjoirll ng properties. This may include, but lS not limi~ed te, Wt+rifinEt---tir-iveHdys-'in'h-a-l-!'~,h5, construction of temporary ramps, consl c'uet ion dc.tour:, e1 (' The Contt"acto1: 5ha Ll comply :,;i th appl clhle FAA regula ti ems und Advisory Circulars. t, fie.--G4 t y. 0 f(;e.rftB-S -GR+j~&t-i" ~H-YR i fB I ffr--Bcl f+-'i ea&i:f"'J-&htfiEla-ffi5--a-ftd- P r ;) c tic c G .J. G .J.d op t c d f>y---ffie--4it-y.--f:Of7i e-s- ++--f,--t,-h' 5---fioeB:mEfjt~ "H-e---a-vaH-a&lf'---t-Jr~_thc Ci t) I G Tr.Jffic EFl-tJ-Hte~DeftU+t ffie-f+t "" !I'fle~ -FdC t t.+F sft.a.4 l----c;-eetH'0 - F-h€-- n c =: C ::J G.:l ry pc rm i t from the ~: it 'y"-5-~i en-F,ftfJ i ftee' r'4 HT i'ep,::rr -t meA t fill costs for t ratt i( cont ro] Jt'" ~ .....--.-- ~.ider('d suhsJc1iary; therefore, no direct Section A - SP (Revised 9/18/00) Paae 4 of 24 paymeht will be made to 'ontractor. i --* A-14 ~onstruction Equipment Spillaqe and Trackinq The Contractor shalJ keEp the idjoining streets free of: tracked and/or spilled materials gOlng to or fJ om the construction area. Hand labor and/or mechanical equip$ent must be used where necessary to keep these roadl-Iays clear of job-related mdterials Such work must be completed without dny Lncrea~)e in the Contract price. :;treets and curb llne iilUSt be cleaned at the end of the work day or more lrequemtly, if necessary, to prevent material from washing into the storm sewer syste,.. No visjble mater al that could be washed into storm sewer is allowed to remain on the Proje/:t sit', or adlOirlJng stnJet~;. ~ A 15"eevatien and Reme~a15 NOT USED ... -'ffte eltC~VJff'-El-area-s-BeiTi-He-€tHc~ -ttrld---ad-j-aee-nt--t:B--5itiew-a-l--ks-and dri". e\:~ys mu.at be fi~-w4-l:ft- ~w'-~~c-lea-fl.!!-4r-E----t-&---ee-F--:i:-fl€4-a--s--dirt that is c~p~ble of pf'u'Ji.ng ----iT ~-- gro'.ith*t~-SS----wflefl ~ppl i cd------w--it-fr--5ee4-I-God .:md fertilizer. The 6+H .::it --be - free of Bebft s-,-ea-!--'i---efte-,- ')':Jph~l t, concretc ~nd- ~ny other ffl~teri~l th~t ee--t r ~ I!!!I!t c f FBffi-+t~ n-ee----B r--h-affif*' r J the -fJ-r-e-w--t-fi -&f--------<fF-a S~ ;.. J~ eonercte--a-H-d-a-spfta-:l.-t-wH:-fl-i~l--i-m-i-t7s of the Proj eet must be rcmovcd ,lCG3 othe-'H+~5-€---notcd. A+-:l- neu:)cs:::.:.tPf--f€fRfHfd-l-s----i-ncl tiding but H_ not l-i-miEe-e---t.o pipe, € fee., ill re t-&-- be con :::J i de-H'€l-----s-ttl7s-iffi-ar-y-E0---H-te--bi4-H€fR--f--o r -t here fe re, -fH)- d i rc ct--fJ-ayrnpfl-t--w-i--ll---f>e-ffh--J-ffe----t-{} tBA-E-F.:) c tor. dri :C,:~Y3, oide.mlJCG, "Street E1tc3..:~tion"; ~ A-16 ~sposal/Salvaqe of Materials Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of a 11 hauling is considered subsidiary; therefore, no di reet paym..;nt will h~' made to Contractor. All light fixtures and other items specif~ed tor salvage shall be delivered to the Owner as directed. A~17 aeld Office The Contractor must furni,;h the City Engineer or his representative with a field office ~t the construction site. The field office must contain at least 120 square fret of useable space. The field offi.ce must be air---conditioned and heated and must DE furnished with an inel] ned table that measures at least 30" x 60" and two (2) ~hairs. The Contractor shall move the field office on the site as required by the CJ ty E.ginE?er or his representative. The field office must be furnished with a telepho.ne (with 24-huur per day answering service) and FAX machine paid for by the Con tractor There is no separa te pa'; ; tem fo r the field of fice. A-IS Slhedule and Sequence of Construction Contractor shall submit to the CJty Engineer a work plan based only on calendar days. this p]an must detai 1 the schedule of work and must be submitted to the City Enginee~ at least three (31 workjng days pric'r to the pre-construction meeting_ The plafl mu~;t indicate the schedule of the following work items: 1 . ~tial Schedule: Pr€-Cc)ns trlU:ti or; revie\"! . Submit t Meeting an the City Engineer three (3) days prior to the ill t ial Canst r\lct on Progress Schedule for Itlems to lncl ude: show c)mplet e sequence of cons truction by acti vi ty, l(intifYlng v"iork--of sc'parate stages and other logically grouped activities. I~ntify the flf.';t wcrk day of each week. Section A - SP (Revised 9/18/00) ~.......- - - - ~ . Submittal Dates: IndIca e 5ubmittaJ dates requin~d for all submittals. (~ Re Submission: ---- -..-- .~._.~--~------- R, \/i Sf' all(l resubmit as required by the City Engineer. Per l.odi~. .J:JPd9 te: actual progress 01 Sllhmi t Updated Construction Progress Schedule to each ~;taq" by percentage against initial Schedule. show The Contractor shelll schedule hie; work well in advance of actual operations and shall keep the Airport Fngineel and OperatIons Manager advised of this schedule so that close coordination can be maintained with the director of Aviation and with clther contractors. Threshold displdcements and closing of portions of taxiways and aprons will be requin"r for [roper execution of the work. Airport Operations requires d minimum ot hrE:'c I ) days notIce prior to displacing thresholds or losing mV portIon (if 1 tiu<i;-ny r apro! Notice to Airmen (NOTAM'S) will be t lIed by the Airport Op, rat i,n; Mdnaqer or by Public Safety personnel. A-19 Construction Staking rhe <irawings depi ct baselines, etc. thdr lin,'S, s lcpe~;, qrades, sections, measurements, bench marks, 'IU normall y r cqllired to const ruct a project of this nature. f'he . j or --E'HfiE-HH.S- afiEi----b+~tteh---tfta fk-s-~ re-Eft:l4-Fefi--ti) r C e t t i mr-up ;). pro j e ct, if not .:Jhmm on tHlE dr :1'" ing_., . w-if+.~ -p-I-&v-j-(-J.€.& ~bY-Ehe--GI t,y-SB-nrcyor. The Ccntldctor W~ 1.1 fun;ish ,11 J 1 J nes, slopes and measurements for control of the week. If, d~rinq construe:! ion, it IS necessary to disturb or destroy a control point or bench mark, the Contract.c'r SIlo] prclvide the City Surveyor 48 hours notice so that cllternate control. point: can be f~stablished by the City Surveyor as he deems neces,ary, at no cost to ,.he Contractor. Control points or bench marks damaged as a result of the Contractor's neqligence will be restored by the City Surveyor at the expenSe of the Contracto if, f~r whatever redson, it is necessary to deviate from proposed line and grade to propezly execute the work, the COfltractol shall obtain approval of the City Engineer prlor 10 deviati:m. If, in the opinion of the City Engineer, the required deviation would necessi t ate a revJsion to the drawings, the Contractor shall provi4e supportlng measu i.ement.s a.c I equired for the City Engineer to revise the drawiqgs. The CdJltractor shall tie n or reference all valves and manholes, both existing and proposed, tor the purpose of adjustinq valves and manholes at the completion of the pavin~ process. Also, thE City Englfleer may require that the Contractor furnish a maximlJlrl of two (2) personnel f(-1 rh,~ purpose of assistinq the measuring of the eompl~ted v/ork. A-20 ~sting and Certification All tests required under this selectfd by the City Enqineer. the Cil:y. !n the event that corrective measures have been Contract.or and deducted f 'om llE~rn iCiU:,t be d,me by d recognized testing laboratory The cost of the laboratory testing will be borne by any test fai] s, that test must be done over after taken, 3nd the cost of retesting will be borne by the the payment to the Cuntractor. The Contral'tul must '.,ovi lell 1 3PFi [cable ((,c,rtifications to the City Engineer. A-21 Pltoject Siqns NOT USED ~ Co. tr <Je-t-6'f'--ffIl:t&t- H:Tf ft-i sft -dfH:i - ~-n5+-a 11 (1~. ~t-S-~s--a-s-- ifidi C<J te d on the fB 11 0 . .. g d Fa-W-l:-llifS-'----i M--Ea{C'!tffieR t--J. I -'f'he .-s:i~A-S-- fllli~---:i-rts-taJ 1 e d be for e con 0 t r u c t ion BetjiflC,ilRd w4-+1.-he-fftrt:H+ta-:icfted-+.ftTGB-EJh(ntt~_+-he-.pF&j--eet perioo-hy----the Contr;:)ctor. The -1:D€-il t i ElIfl 0 f-t+l-e--~H:-gw;---wi+-lbe-~.de-8-~rffi-~d-i-n__t-+re--E i c J d by -th c Ci t Y En 9 i fie c F-7 Section A - SP (Revised 9/18/00) P;:'H1P h r.F ?Jl ~~.*~~ A-2Z Minorit Business Ente rise Partici ation Polic (Revised 10/9B) 1, Polis:~{ o...&" It is the policy cf the City ,If Corpus Christi that maximum opportunity is afforded minorities, women anll Minority Business Enterprises to participate in the performanc(' of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto In accordance with sllch policy, the City has established goals, as stdted h,'rein, ;)oth for minority dnd female participation by trade and f'jr Minoflty P'jSinr<iS Enterprise DeflnJtions a. Prime Contractor: Any person, firm, partnership, corporation, 21ssociatTon 01=-]01 nt venture as herei n provided which has been awarded a City contract. 1o. 5ubcontr actor. Any Ilampd per son, firm, partnership, corporation, association, Dr -j oi fit venture as he rein iden tified as providing work, labor, services, supplies, equipment, materials or any combination of r he foreqoing under contriiC't with a prlme contractor on a City contract. ( Minority Business Enterprise: 1\ business enterprise that is owned and c:ontrolled by one or more -minori ty person (s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of t his section, women are also" considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share ill payments from such an enterprise in the manner hereinafter Sf t forth: Owned ia) ror a sole proprietorship to be deemed a minority business lnterprise. it must be owned by a minority person. (b) Fbr an enterprise doing business as a partnership, at least 51.0% at the assets or interest in the partnership property rrust be owned by one or more minority person (s) . Ie) For an enterprise doing business as a corporation, at least 51.0% of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The pr lmary power, direct or indirect, to manage a business enterp' i se re:its with a minority person (s) . 3 Share n Pa)'~~>n-.!:::; Minor i \ Y par trler~;, proprietor or stockholders, of the enterpr ise, as thc case may be, must be entitled to receive 51.0% cr more cf the total profits, bonuses, dividends, interest paymenl :-;, commissions, consul t inq fees, rents, procurement, and slJbconl [act paymelits, and any other monetary distribution paid b"/ the husiIl(,~<3 (~nt erprisc. d t-:!!-nor i!y : See definition under MinorIty Business Enterprise. e. Female Owned Bllslness Enterprise: A sole proprietorship that is owned and confiolled byawoman-, a-partnership at least 51.0% of whose assets Section A - SP (Revised 9/18/00) Paae 7 of 24 ,..,.~""",~. or paltner~hip interests are owned by one or more women, or a corporation at least 5l.0% of whose assets or interests in the corporate share,< are )wned by Of,C' or more women. .Joi nt Y(C>!l_~J r~: !-\ J c' 1 n t ven ture means an association of two or more persons, partnerships, t'orporations, or any combination thereof, founded to callY on a single business activity which is limited in scope and di reet ion. The decjIEe to which a ioint venture may satisfy the stated MBt: ']0'1 I carnot fOX('I'ed the pro[,ortionate interest of the MBE as a member of the joint venture Ln the work to be performed by the joint venture. For example, a ]Oiilt vOflture which is to perform 50.0% of the contract wock itself and in which a minority joint venture partner has a 50.0% interest~, shd I be def'med equivalent to having minority partiCipation in 25,0'6 ':;f th,. wor'k. Minority members of the joint venture must have f'ither financial, manaqerial, or technical skills in the work to be perfonned by the ,Oint '!enture Gc,d d. The q(Cl 1.0; Enterprises war k force follow~: : or participation by minorities and Minority Business "xpressf::d in percentage terms for the Contractor's aggregate ,n all ccnst ruction work for the Contract award are as ~nority Participation (Percent) Minority Business Enterprise Participation (Percent) 45% 15% b. These goals dre appLicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be SUbstantially uniform throughout the length of the Contract and in each trade. The transfer of minority pmployees from Contractor to Contractor or from prOJect to project for the sole purpose of meeting the Contractor's perrentage is prohihited. ~:orn~! ~.9nce a. Upon cornpletiun of the Project, a substant iated by copies of paid Contractor to the City Engineer, final breakdown of MBE participation, invoices, shall be submitted by the b. The Contractor shall make bi-weekly payroll submittals to the City Engineer, The Contractol is to indicate the percent of minority and female particlpation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate. in writing, the overall partIcipation in these areas which have be, 'n ach i eved, The ':i ty Engineer may withhold monthly or fina] pdyment to the (:ontractor for failure to submit bi-weekly payrolls in timely fashion or to submit overall participation informat1on ae requiled. A-23 Inspection Required (F~,vj :.;ed I/e./OO) The C~n trdct or shal 1 as;;ure dc::o-ig.ted representativ( (s) inspedtion a (tel thp proj ect the appropriate inspectioI1S by the FAA Sponsor's at the various intervals of work and assure a final is ,~ompleted and ready tor occupancy. '!' he- C~:f'-CH;-EB-f-c; ha-4 !---,.:t-S-S-H r-e- -t*: -rlfJ-P-FHP-F4a-t e -bu-:i:-:l:~ i n G p C eE- ion .3 b) the D u i-:l-B-:i-ntf Hl-Sp C at i on &i: v-i-s t-fm - d E-- Eft, --v a-F-l. €H+S---Ht te-Fva-:l s- of--we-r-*---4-B-F---Wh i c h 0. pc rmj t --i-s---i: c gu i reA afttt-t.&-as-s ttf e--a-- f-'Hla-l--cinspe-e t ~-f>ft-----df-t-e-F- t fte--b+.i-~tf-i-&- co mp let e d J n d r c ;:r d 1- ---fB-F BtX, up J$ c 1- ,-{:''l-ft{;-r vet OiffiU-S4--t+,t-a-'j f+-- t-fK< -tt-r-t--} f-i-c-a-h:e---e-f- ~i~~ &~t i sill D -f,-2---e-i --+ill'SeRe r-a-:!:---P-r-{w-is-l (}fl-S- --:i:-s- he rcby--;:rmcndcd in thJ t thc Cant rJcto r fffitst: 13.J tiel t---fees----a-n4-efta.Hf€S-- J-e-v-ted- -hy' --t-he--C-i-tc-y ~-5 Bt:t-i-l-El-:i-nq-l-Fl-SfJ-ee-H-efl DcpJ r tmeftt ,- Section A - SP (Revjsed 9/18/00) P;'(J0 R r>f ?J .,..,~- afH:~--ilH-l-+~E--~ -fee5,-iAcluilifHt-";ltcr/was-t~r mctcr fcco ;lRd t;lp fcco u:J r equircd By ..G4+:-y-~ A-24 Surety Bonds l'dragrap}! two 12) of Section 8-3-4 of the General Provisions is changed to read as f,11ows: "No s~rety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess of ten percent (10 ) of the Suret Company's capital and surplus, the Surety Company shall provide cert fication satisfactory to the City Attorney that the Surety ~ompany has reinsured the portion of the bond amount that exceeds ten percent (jO%) of the Surety Company's capital and surplus with reinsurer (s) autho: ized to do business in the State of Texas. The amount of tt\(" bond '-einsured by any reinsurer may not exceed ten percent (ID'f) of the relnsurer's capital and surplus. For purposes of this sect ion, the amoun of allowed capital and surplus will be verified througtl the State Board of Insurance as of the date of the last annual stat 11t ory f lnancia L statement of the Surety Company or reinsurer authorized and admLtted to do businE'ss in the State of Texas. The Surety shall designate an agent who is a resident of Nueces County, Texa. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must. be executed by a Surety company that is certified by the United States Secretary of the Treasury ();r must ubtain reinsurance for any liability in excess of $100, ODD from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The Lnsun'r or rel flsurer must be listed in the Federal Register as holdlnq certiflcates of authority on the date the bond was issued." A 2S fal'€:s Tax En FtioH (NOT USED) 5ectiEin r -6-2-2,--'I'-aH Ellcmption --P-r-ev-ioion, -i--s--de-:l-e-t-e4-----in ito cntirety 3nd thc f;:) 11 owi ng S+l&s-tcHo-HE-e-G---Ht-- l:--i-e-u ~~ f:Qntr<iliiflto - fB-r impro. cmcnt-s--t-e---r--e-a-l-propcrt} .:l'.l;:uded by the--Ci ty of Corp1:lo ChriGti do not[ qU.::llif-y--f-&F-- CJ{cmpti-Effi-5--e-f--&a-l-e-s-,~c, .:lnd Uoe T,::u{c::; unlcao thc Contr;lctor ;;-.:l:-cct3 to :Jper3tc-tHttleF---a~~d contract -a-s-tiefined --by- Section 3.291 of Chapter ~"i -T,:Ufi .".dmini::;tra-t-i-efl--&f----Titlc 31, Pub-lic Fin.:lnec of the TeH.:10 r.dminiotrati ':c Codc, (F ::;uem othc~uleo or rcgul.:1t ioo::;.:1o ffi.:lY bc promulgatcd by the Comptrollcr of f l:l-!+:l- i e. .".c C 0 U fi-E~~~ -:I I the ConH--r~+-e-e-t-s---- to opcr.:1teundcr a ::;cparated contr.::lct, he 3h;lll: 1, Qbt.:U-H----tfie- nccc:J3ar-y-s-a+e-s-----~ permi t.:J-HBm---t---fte- State Comptroller. IdcRtcify in the .::lPp~~-i-a-E-e--&f';lec on the "St.::ltcmcRt of H.::lteri.::llo .::lnd Othcr GI:tar(~j'!----i-R--t-ft-e-~}G5-a-l form the cooto-- of m.::ltCFi.::llo phyoic.:1l1y incorpor.::ltcd ifl-t--e- tc h<c' Pro j c .:>t:: . 3. ---~j4're{;-a--Je~.~H f-i-e-ate-s---t-&-,:;-upplic F-S--,-- 4 . -------PiFQ-V-j,d€---Hte--- Ht:-y----w--l-t-fi-. cop i C ,; 0 f m.::l t-e--F-i-a1- --in-yO ice :J------E& 0 uba t.::ln t i a te------t-1Te ~7f*'+Ta t -va+tt-e- +*----ffk1t:-€-F-.htl-s. H- t:-~--FaeffiF---eeeS--ftBt:-el-eet-----t~~__scpa r a teEi----eettt-r-ae-E-, --fie----mu G t p.::l Y f-(H'--a---hl---Sai e-s-,--f~)f€4 Ere,-- un-t-l--u-s-e- T:mc::; -.::lpplic.::Jbl C to this Pr-oj cct. S-HI~t-eF-5-a r--e------(' 1-:Hj-ffi+-e--ftrr-------s-a-1-e-s--Ea-* C lCcmpt ion::; ---i-f- .t-fl-e- aubcon t r .:leffir .::J 1::30 e-<eifflF:l-~-.i-H't--tRe---aoov-e-- rcq:]i reffiefl-ttr.---~__Gen-t-r-a€4::e_f muot iGGUC .::l rCG.::llc €e-ft ~~, t {}--t he ::T-\:t-Been-1 r.::l eta r- aM the ::; u b CBH t---F-a€-t:B-F-,---l:-fl-- - t urn, i 0 ::; U C 0 .:1 r c .::;-a-:l-e- Section 1'. - Sf' (Revised 9/18/00) Paoe g nf 74 ........~. - "' e+'T~lc"€-a-Ep t"B- ft.r-S .. 5+tpfT+ ~ A-26 Supplemental Insurance Requirements For each lilSUr-3nCE coverage provided in accordance with Section B-6-11 of the :ontr.ct, the Contractor shall obtai!] an endorsement to the applicable insurance policy, siqned by the in~urel, Stiltlnq: In the event (If can;ellation or material change that reduces or restricts the insurclnce aff,)rded by this ':-overage part, each insurer covenants to mail prio! wri t ten not ice of c~~c~~ll atlon or materi a~~ange to: l, Name: City of Corpus Christi Engineering ServJces Department Atto: Contract Administrator -, L Addres: P.O. Rox 9217 Corpus Christi, Texas 78469-92/7 3. Number of days advance nOLice: 30 The Cootract or sha II provide to the Ci ty Engineer the signed endorsements, or (;)pies thereof certified by the insurer, within thirty (30) calendar days after the (i,Le the Ci ty Engineer re'luests thiJt the Contractor sign the Contract documents. Wlthinthirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificae of insurance certifying that the Contractor provides wo rker' s compensation in-"urance coverage for a II employees of the Contractor employed all the Proj c'ct d(scr ibed in the Contract. For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor hall obtain an endorsement to the applicable insurance po I icy, signed by the insUl er, staLing that the City is an additional insured under the i nSliJrance pol icy. The Ci t Y need not be nc,med as additional insured on Worker's Compensation COVpraqi' For contractual lLabillty JflSUrance Coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: COl1tractor agrees to Indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it an" them harmless from any Clnd 211] lawsuits, claims, demands, Iiabi] ities, losses and expenses, lncluding court costs and attorneys' fees, tor or on account of any lnjury to any person, or any death at any ti.e resulting lrom sllch injury, or any damage to any property, which may arIse or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply (xcept if such njury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employeec' or any pers<'n indemn i fled hereunder, A-27 Re1Ponsibility for Damage Claims Paragrapb (a) General Liability of Section H 6-11 of the General Provisions is amended to include; Contractor must f)rovid,~ installation floater insurance coverage for the term f the Contract up to and including the date the City finally accepts the Pr'oject or wc'rk. Installation floater coverage must b(\ an "All Risk" form. Contractor must pay a1! co:';ts necessary to procure such installation floater insurance Coveraqe, 1 nc I udj nq iJllY deduct ible. The City must be named 3dditiona j insu red on lny po Ii cj c> provicii ng sllch i nSll ranee coverage. Section A - SP (Revised 9/18/00) Pa(]f' JO of 7d ~......--- A~2., Considerations for Contract Award and Execution 1'0 alIa\-) the i::ity Engi'leer to determine that the bidder is able to perform its ,~ igaticn, under the pIoposed contract, then prior to award, the City Engineer may Juire I hI dele r 1 () prc'Jide documentat j on concerning: Wh!.ther 3ny liens have been filed against bidder for either failure to pay for serVlces or m(lterial~ supplied against any of its projects begun within the preceding two (2) ye~rs. The bidder shall specify the name and address of th~ party holding the lien, the amount of the lien, the basis for the lien eL'!!Ti, and the dar e of the reLease of the lien. If any such lien has not beHI relpased, thE bidder she!! 1 state why the claim has not been paid; and Whether ther0 are dny outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an exp I anat Ion ,"hy the claim has not been paid. ;i(llder mdY al ~;o be rEquired to supply construction references and a financial ltemen1, prepared no Later than ninety (90) days prior to the City Engineer's qu.st, sjgned arId dated by the bidder'~ owner, president or other authorized party, spec'ifying 311 Ci,rrent ~ssets and liabilities. 29, Contractor's Field Administration Staff ''''''''i. \ ) , Ie Contractor shall employ for this Project, as its field administration staff, supe.intendents and for~men who ,iIe careful and competent and acceptable to the Ci ty EngineF'r. [le driteria upon I,-ihich the City Engineer makes this determination may include the f.;) ll<JWinq: The superintendent must have at least five (5) years experience in the day- to-day field manaqement dnd oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the archi t ectural subm L ttal process, federal and state wage rate requirements, and contract clos, -out procedures. The foreman must management of the the Project is superintendent h Lve at Lea~;t five (5) years experience in oversight and '..;ork of val'i OllS subcontractors and crafts. If the scope of s\!ch that d foreman is not required, the Contractor's sha 1 assume the responsibilities of a foreman. cu~ntatjon corlCt~nllnq t.hese matters will be reviewed by the City Engineer. The ] tractor I s fie 1 d admi nist rat ion staff, and any subsequent substitutions or 'placements theret I), must be ,~pproved by the City Engineer in writing prior to ch superirltendent o. f 'reman as:;urni ng responsibilities on the Project. ch written apprOVed at fieLd administration staff is a prerequisite to the City !,'ngin.er' obli<Jaticn La executf' a contract tor this Project. If such approval is ,ct olbtai;,ed, the cO'ward 'nay be rescinded. Further, such written approval is also necessary prior to d chcl'1ge in field administration staff during the term of this 1fItract. ff thp ('ontr,'ctor fdils to obtain prior written approval of the City 2nq ineer '- oncer ni flq any :ubs ti t I1ti ons or replacements in its field adrninistra tion taff tor this proj;:ct cil,ring the Term of the Contract, such a failure constitutes i iJ a s i s t (' if1 nul t t Con' r act pur U d rd t 0 ~ c c t ion B - 7 - 1 3 . A-30 ~ended "Consideration of Contract" Requirements Section A - SP (Revised 9/18/00) Prlnp 11 nf ?d .............-- - Under "General Provisions and Requirements for Municipal Construction Contracts" ,;ectiion ~l--:J-l(::ons~deral~O!2.~C~ntrac~ add the followi ng text: Wl thirn f ive (~)) workinq days following the public opening and reading of the opCliSals the three (3) apparent lowest bidders (based on the Base Bid only) must llbmit t., the City Engineer t,hf' following informCltion: A lisl of the majo components of the work; A 1, st of the product:'3 to be 1 ncorporated into the Project; A schedule of values which specifies estImates of the cost for each major component of the we rk; A schedule of antic ipdted monthly payments for the Project duration. The names and addresses of MB~ firms that will participate in the Contract, along with a descr,ption of the work dnd dollar amount for each firm; and SUbstantiation, eitller through approprIate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines containe,l herein. Similar substantiation will be required if the Cont r actor is an HBE:. 1ft he responses do not clearly show that MBE part I clpation ,....ill meet t he requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effor t has, Lfl fact, been made to met't sai d requi I ements but that meeting such rcqui cements i '; not u:asonably pass ib 1 t'. A li t of :,ubcontrae tors that Wi U be \vorking on the Project. This list may conLlin mace than Ole subcilntractor for major components of the work if the Contractor ha~ not completed illS evaluation of which subcontractor will perform the work. The City Engineer n tains the] lyht to approve all subcontractors that will I*rform work on the !)roject. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. I f the Ci t l Enqineer does not approve all proposed SUbcontractors, it may rescind the (Jntract award. In the event that a .<iubcontractor previously] isted and approved is sought to be substituted for OJ replaced during the term of the Contract, then the City Etgineer retains the [ight to approve any substitute or replacement s,bcontractor prior to its partlcipatioI1 in the Project. Such approval will n~t be giVen if thE replacement of the subcontractor will result in an increase in the Contract price Failure of the Contractor to comply with this provis Lon .~onstJ tutes d bas i s upon which to annul the Contract pursuant to Se(~tion B-7 L3; A preliminary progre~s schedull~ IndicatIng relationships between the major Calnponents of the work. The findl progress schedule must be submitted to the City Enqinepr at- the pre ':ol1str\)(<t Lon c:<lflfercnce; Documentation required pur ~"uallt to Uw Special cOllcerni ng Cons idera tions for Contrd.:t At-lend Contractor'8 Field Administratcon Staff Provisions A-28 an-i Execution and and A-29 the 9. Documentation a~ reqUired by Speclell Pruvision A 35-!<, if applicable. 10. W~lhin five (5) days following bid opening, submit information identifying type of entity and state, i.e" sttte) Corporation or Partnership, and name(s) and Title(s) authorized to execute contracts on behalf of said entity. in letter form, Texas (or other of individual(s) 11. Documentation s!lIJwin, pr,JoJ (f Oisadv.Jntdiied nusi!('ss Enterprise (DEE) re<ruirf>ment ,:ompi iane, Section A - SP (Revised 9/18/00) Page 12 of 24 -~- A-3l.~nded Policy on Extra Work and Change Orders [lnde. ~General Provision~ and RequIrements for Municipal Construction Contracts~ B- 8~5 ~licy _~~~~xtr:<~ Wor~ and <::h~n(J~_ Orders the present text is deleted and replaced k th the following: Contrrll:tor acknowledges that the City has no obligation to pay for any extra work for \"hich a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that the CIty Engineer may authorize change orders which do not exceed $25,000.00. The Contractor ackriowledges that any change orders in an amount in excess of $25,000.00 must al 0 be approved by the City Council. A-32 1Aaended "Execution of Contract" Requirements i)nder "General Provision~; and Requirements for Municipal Construction Contracts" B- .J ~j .ecution~~~S>.~trac~ add t he following: -- The award of the Cuntract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the ('ity Manager, City Secretary, and City Attorney, or their author i zed designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts tu the Contractor. A-33 ~Oftditions of Work Each bidder must familidrize himsel f fully with the conditions relating to the i'ompl~tion of the Proje,.:t. Failure to do so will not excuse a bidder of his lbli<Jttion to carry out the provisions of this Contract. Contractor is reminded to attenl the Pre-Bid Meeting referred to in Special Provision A-l. A~34~r.cedence of Contract Documents - 'n ca,e of conflict in the Contract documents, first precedence will be given to addenla issued during the bidding phase of the Project, second precedence will be Jiven to the Special Provisions, third precedence will be given to the construction ,1ans, fourth precedencE will be given to the Standard Specifications and the eneral Provisions will be given last precedence. In the event of a conflict etween dny of the Standard Specifications with any other referenced ;,pecitications, such as the Texas Department of Public Transportation Standard Specifications for HighwdYs, Streets and Bridges, ASTM specifications, etc., the } recedence will be given to addenda, Special Provisions and Supplemental Special rovi$ions (Lf applLcable:, construction plans, referenced specifications, Standard ;)pecificatiof!s, and General Pro'jisions, in that order. ..... ?-35 'i"Y Water Facilities-;- Special RequiremeRts NOT USED A.- ..J.I-is-i-t:-e-E-t4~-Faet:B-r-~Ht a+-i-en -- ----...-- ------- --~ -- - .- I -1 ~-4=:B- ~rfftHtg_-w&r*-trt any CH:-Y----wfrt-er-f.J.ciJity, the Contractor, hi::; subcont r.J.ctor::; .--a+tff---eaefi---ef--t:-he-i-r employees mu::;t h.:rvT on their pc roon a vaHd---ea FEi--ee-t t-:i-f~y-i:-tttt 10 fte+rT*'ior--a-E-~ n c eat ---tl Vi::; i tor,' C on t r.J. c tor &af€+y- -B-r +efit-ict-HBP. Pro lJ r -am----ee n d u c t e dby- -Efte- City W.J. t e r Dep.J. r tl'l'leftt. Pe-:E-S-Onnel. /" 1J-i-.s-i.t:-Br/8)fl-F-F-aeE-EH' Safety Orientation rrogr::tffl \:il1 be e-t-fercd hy-author~ zed-G-it,yWa-t:er-He~~pe-r::;onnel for thooe per::;on::; wh~Bt-ha-\;c--5Uefl-a-ear4,--tifl4../ho dc::;ire to ~rffl .J.n} Hark '.Ii thin an-Y-~.(,~tY-~ .fa€i+:i-tcy---~For--aOO-it+f)fta-l--:ift.fBFma-t:-ion rcfer to Attachment: ~.- Section A ~ SP (Revised 9/18/00) Paae 13 of 24 c.........- _ &- Operaidon of City Owned EEfUipaent 'l'he~~acter-shaH-~-st;afto, 6J:lerate, or step aft} p......"., meter, 9.-a19Jc, Cquipmen~-swHeh-, -breaJtcr , ~ ~ or any ether i tea related to Ci tl1 wa~~alit:y-. -ai;-~'-any---t:-ime-;--Al~l--st:J-eft-_.i ~must. be eper;-Jted by .::In 6j3e ra~E&E-- i7F-- ut.ftt:..'-r ~ ~,HJ~ ~Z€tt-ffi~ftttftee----emp 10 i e e 0 f th e C it y W 0. t c 10 ~Pi}fEmefc~ ~~~~~r QU;J.lity 'Ffte- C+t-y-ffH:t&t-de-t+ve.cf-waE€F- e.f---t!Hrtkct~Dli t:r to h~T-;--'I'he Cont t=-a-et~f'- ~-Sfla+~f7!'eE€et--thc ~:li tx of ~~ -a-ft€i- ~ h o.ll~~ bJilia-t-e--i E5-- WB-f'*- '.: it h !:: A c C it) ~~--the-~--EfHa-l it-y -o{ -4:fte-wa-Fe-f~;;- ito cHotom~:o ~~ ;~~ thc ~.:ttcr t IV:ttcr Departmcnt t:-e -~~y-.w.i-t-h--~NSF Stan~-f).l. '" A-1~1~- ~ ma-t:-eF-Mls- -- i+Fl4-~. ~~eft~---U~-_--Ht the rcp;-Jir, fC:tGGcmbly, t rd#Sf3B-F~ crB.Bftr -- r-ec:i-tts trrl-J.-a4c-i-Ofl-;- -aR4--4-Rspe c t ion 0 f P l:lHlfl3 ,or 0. n y 0 t hc r- 1 tem:;, --wfl-if::fi-€Bl:t14-eeme~--ifH::.o-eeffi~--w.:i~fi-pot.::1ble \:.J. tcr, ffiHOt conform te A:ftIe-r..h?tlft--Na-f:.-lcofhJ. t- S~hHt4a-rBS-I ftS4'+t-ute-l-Na-Fi-o n.::11 S:t nit:t t i G n F 0 l:l n d:t t i eft +AN&f-,LN&R.s-t-andaFdfrl-a-s--El€&t-~Ht--~ St.::1nd;-Jrd .sPccific;-Jtiono. ~ueh matcrbal~ineluac all sOl?cRts, ele~~rs~ lah:er~;an:G:, g:lGke to ,-thread ~:mp::d~ c~~ t1ngs, er hydFaW:1C ~..-4fle~-. --se--items must not be uscd -less they eOftfo:a: :i: ANS.J./NSF- ~Fd--6J.-and--unless sueh i tcms :lrc inspcc c~ __ ~site hy--authorized ~Gi-ty- personnel innediately prier to Use 'I'he-E(+ntr.J.ctor~ s-In'H-1--ft'J'o' ide Hlc Engincer ,lith eopicD of Ilritten PEOOf. of .".n<: I /nSF-s.EaftE'tafB- 6-1-~'\h+l- -f.e.r---cH-1-~i:t1G \.hich could come into c c n t a ,~ t--.w-i-t ~ft.l-e~Wtl.~ E, - '!!;J.ndlinq and Di5pe5al-~ &f:--.'!!Fash AH-~EEdfrA-'Jeflc~ttt+'4- ~bY--<"e-4;~ter or his employeo., a~e:~~,. ~~ 5-HbeBfl-t-r-ae-t-BrS, -ffltis-t--Be--con t:t Incd ;-J ~ ~~~ : IffiCG .::1t thc 1:03 ter f l~ s-iEe-,;- --B:l-Bwi-mr-{:~ra-Sh--Wi-l~-be----aHm:Cd. The Contr;-Jctor Gl'lo.ll kcep W&F ~--aEe-a-s--'~3-fl--a-t: --a1-I- HifleS- T:H1G---f'effiBVe---a-lt-t r:) oh d:t i 1) . COUTIP'..croR I S ON SITE PREPAR."...TION F-c-- -WFt-t.-f-ae-tB F-' -t, --pe~ 1-- ffiU-St---we-.::t ~ :~: 0 red l:l n i form 0" C E :)11 Got A C r Uw n or ;Jngc, bl ue,--eFwhi~~ ~-Eaeh- empl.ayec unifona must pre ,.ride eelDflaBy name ~ivi4ual-emp.~ ieientifica~ G-;- --(:-en-t-r-aetcf7r--;:;fl.a-:l+ -PfG-vi"Je--+elet;ftefte-:r--f-&r---GBfltr :tctor per::30nne I . Plant ~l~ are not available for Contracter U&e7 ch- ~ ~--ffHs4c ~ RBt --U~s E~-aR-y ~-{;+ t y--f a-e-il:-i+y -re-c-..:rE-F 0 omo. Con t r.:1 c l::-e-F-ffttTSt ~'BEle -ewfl---f;atHtaF-Y ---fa{:lc~ es_ H-.-- - -w&rJH REf~heHrT-W ~l.f--be :; ;-{J9-A~-t-B~_~P-.*, Nand:)) thru f'rid.:lY. d-; ~ ---Al-l--Gefl+:F-Cte-I::-of---Ve+t:i{~ J:.es-ffil:tSt-be-f3tiHeEl-~-BeS:i-gn:) tcd oi tc, -tt&--EIe~ i gn:tted By---G.it-Y~~-ffepi'~HciRent:m -sf:-a--f-f-.- A+l-~r-aete-r vehicleo ml:l3t bc cl-e-aF-l-y ciabe+ed-w+-F.fl- eeHlprrfl-y ~'fraffi(: ;- -Ne--p0'~~~ _~~ycc 'Ie hi c I c S .::1 r c :)11 ewe6--a4:: Eh---N-;- -&~s -w.:tt-.e-r -'I'F(>'it-t~lan-t-;- Ml pcr~;Bflncl must be in compo.ny vefl-~-€.s -:~f ~. -=weF'k ~.. ~EnH"S::;=eef;t+rret:-er_€ffiPleyee-s mu 0 t ~€- -t-fie 6es-i EfFht-t eEl-eel f&t:-r-B€ t~J onC1 Fed --fiB E- -Tlitfttie-F -t~fif~h- an y b u i 1 ~-Bt-fi€:E- t-fiaA tG-E-~R~,,+!+H+e€l ~ WBFk~ ~()E d." .h-reeb,{J ftY~Ft-tT--W-ateF- Dcp,]rt-meFl-t-fr2-FSDR~ncl Section A - SP (Revised 9/18/00) 0....... rv,.... 7 /I ".........- El-H~ eme rgcnC:'y-€v-ae~fh ~- Contr.:lctor Qualifi~i~!1'::; _____~<::ABA:-_(SlJl'ERVI~~OIW CONTROL 1'.ND DMA ~~~TIO~l AH-y-we-rk--+~~~€-f b.:l.::;ed moni t()r~---an&-control OJ atom muat be performee- only-bY---EfB-a+i-f-i-e-4--t-e-efift-i-ea-l---und .::;uper. i.:::;or) perDonnel, .:1'::; tk:~i n e d by meeti-Rq---t-fle---qB-a-l i f i C.:l t ion ::;-+---t:-h r u 9 be 1 0\: . Th i 0 H 0 r Ie ~-s,--bl:t-t- ~-s--- ftBt,- -li-m:i t e d to, -fflEH3-l-4C-:i e.:l t i on s , .:Iddi t i on a , oh.:1 ngc G , s-e+e~ft-5,- - f-H-flt i s-ltifl-Eti --- ----:i-ns-t-a-!-!~,- - --€Bftf1 e c tin 9 , pre g r .:1mrni n 9 , eHS-E-eftti-r-:in-g,---e~'3-i-Ft'3-'- --+'-i'] 1 i b r.:l t i. fH.t,--~ -p-:l-ae..i-fl~ in 0 per .:I t ion .:111 A-ct t-Bwd-re---a+tEi-J-e-t - - 5B-f Lwtire---s pee4+i-eE.l-e-i"---T-eq&i t-eB by the G e .::; p e 0 i f i 0.:1 t ion.::; . 'F'ft€--t-efltF-a-ete-r- Hr-ftf5---s-t:tBeen tr.:wtOF---fl-F-Bpe-S-i-Aff-tO per form the SC!\D.'\ "or Jc roo ~ --ab-l:-e- --t,+'6effiHftS-E-r-rttce- the f 0 11 Bw-iA"t~ ....... h -He--i-s-r~lr-+-Ye-Rg.:lged i n-t.h-e---computer b.:loed monitoring .:1nd eBft~~em bu.::;ifte-s-s-,--j3-re-f-e-r-abl-y--as--a!"plied to the muniaip.:Il wate-F--a-f~wa-te-r- --i-RQuotry. ..L ----He --fta-s--pe-r-f 0 rmc d - WBT *--Bfi ~ Y s tc m.:; o-f--.eBrnp.::l r llb 1 e s i z e , t) pc , .:In d €B-!lIf*€*-i t:-y -ciS- -t'€-Eftr'i--re&---:i ~i-s -GBfit-rae-t- em .::I t 1 C.:10 t th r e cpr i 0 r j3-F&~r.- -1-. ---He--- fta-s--5een --aeti-ve:l-y-~i ll-t.he---t-ype-. of ',:orle Gpecified fie r-e-i-fl.--f. G:F--a -t -l-ea-s E--3--yea-r-s-. 4-. ---He cffiplcys--a---Re(j-i-s-t-ered rrofe-s-s-iE7ft-a-}~ neer, .::I Control System.::; &ngineeI, or .::In---E-l-e-ctrie.::ll Engittee-F---8::r-s-uper:ise or perform the WUF-Ie requircd -f:ry-t-fi-:i-s speeifie.::ltiBfl-S-;- ',... -----He--- empl ,)YG pcr::;onncl on this I'roj cct -wfr& h.:l', e succeGofull) completeEl--a mamH-a-e-tHFe:F-'-s-4-ra-:i~rse-- in configuring .:Ind implemenE-4-Rq--t'-fte- ---s-peci fic comput:~ RTUE · s, ;:1nd Doft,lQre proposed for the Contr;:1ct. &.- ----He-ma4ftt-a-i-fts.-a f:*'-rt!ta-fl€-ftt-, fully--s-ta-f-f-e~j .:Ind eq1:lipped acr. ice f.:leili t) \:i thin 4{f{f- ffiilc.::;~ the I'roj ect 3i te to ffi.:1in t;:1in, repair, c;:11ibr.::lt€-j-.::Ind progr.:lm thc :JY:Jteffis opecificd hc:rein, _H_--He- ---sfta-ll-fti-FRi--sft..- equipment \.:hicB----i-s- the product of one fflUIlUf;:1ctl:H'e-E--Hr-tfte-ffi.:lHiffium pr.::lcticLll----€*tcnt. Whcre thiD ia not j3-:Fa-eH-ea-:t-,---a-l-:I:- e qu i p ffie n t 0 f ---a-- 9 i ":c n - t-yp-e- '.I i 11 bet h e pro GU c t 0 f &fie--ffIa:ftti- faett:t-re F-;- h ,-----P-F-i-EH' pcrfonR.::Incc -a+.:- thc G-;--N-. Stc":cns W;:1ter Tre.:1tment I'l;:1nt WH l---Be-1::l-frefi--Ht-ev~h --ton t r cl C t 0 F---B-F- 0 ub c on tr;:1 at or {*'ogr.:1m:J -tfteftew-wQ+k- for thi.:J Project. L,___ The Contractor-sfia-ll produce ;:11l-+illed out progr.::lmming block.::> r~-i--r-ee- to :JhO',1 the progr;:1mming .::I:J Ae-eEie-d ;:md rcquired, to add t-fl.e~tWft---s-yst-ems---tDH-thc eJ[iot~Ci t) SCAD.". system. .".tt;:1chcd i.::; afi--~ t-e---of---t:-he - feEI~--- pro 9 r.Jff\ffi i n 9 b 1 0 c leG uh i ch the Ci t Y re-qtl-i-:E-e-&-t-Er--be---f-:i-l-h-.d---:Ht---a-tKl gi .fcn t-H-the--Gity Engincer ,:ith .::Ill ~+aee-d-tH:ift<j-- t~ffiffiing ph.::lsc. The .::Itt.::lched shect i.::J .:1n CJe ~ t-€--attB-+-s-tte tin t eftEief:i--t:-e----s-oow .::Ill 0 f th e r c qu ire d 5heet:--s-:---'t'fte--+~ Emt-r-ae+~)r 'il i Il-p-FBv-i-EI-e~1-l:::- fH() 9 r .::Iffiffi i R 9 b 1 0 ole GUS cd, -'~ --'f-ren~reffl€ftt-s -~._-----=-~~_::~__, m____ _~ AH- --t-r-e-fteh i n 9 f o-F-t-hi-&--j3--f:'-Bjee-to----a-t: +he--8-,--N~5t-e if e noW;:1 t e r T r e.:1 tmc n t .pj-aHt--sfia-1-.J---.f:te-perfB.r.me4-~-ha€-k-hoe-__Bf -haoo-digging due to the ffi:tfflBe-~-e-){iotiTlg un~mnd Ob.:Jtil:l-e-t-iens~Ne---Benching m;:1chiRco shull be-a 11 m. c d--Bfl--+fte-~j€€'~ A-36 otter Submiftals t. Sht_J2.raWlcng SUl::Jffii ~ taj;, The Cont ractor .. sha 11 follO\-I t he procedure outl ined be'0w when processlng ~hop DrawIng submIttals: <I, Quantity: Contr ICt Clty Engineer or hj r ::ha] 1 ~'ubmi t number requ i r eel by the City to the designated repcescnldtive. Section A - SF (Revised 9/18/00) Paqe 15 of 24 ,....'"- - h f~efJroducibJ ( S' ]]'30 submit one 1n dddjllon to the required copies, the Contractor shall (II reproducible transparency for all shop drawings. C ,ubm i t tal ransmi l tal Forms: Contractor sha 11 use the Submi ttal [~nsmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original ,uhmil1,1l nunber wlth dn alphabetic suffix. Contractor must identify rw Contract or, t,he Subcontractor or supplier; pertinent Drawing sheet and deta.lJ number(s), and spec.ification Section number, as appropriate, n ("deh submittal form, ontr dt tor'; Stdmp: Contractor must apply Contractor's stamp, approprlatel( 5igned Ot initlaled, which certifies that review, 'ell! 1( atlon of Products required, field dimensions, adjacent 'ons t r uction wo rk, dnd coordinat i on of information, is all in accordance '.;ith tt"Oc reqlirements {)f the Project dnd Contract documents. :;chl::du l1ng: :ontractor must schedule the submittals to expedite the Froject, and deliver to the City Engineer for approval, and coordinate the submissirn of related items. f. Marking: CJf1trdctol must mark each copy to identify applicable product, models, options, and other data. Supplement manufacturers' tandard date! to provide information unique to this Project. g. VarlatiollS: Contractor must identify any proposed variations from the l;ontract documents dnd any Product or system limitations which may be jet r imentaJ tl ,suc:ccssfu I performance of the completed work. Ie Space Requirements: Contractor must provide adequate space Contractor and Engineel review stamps on all submittal forms. for Hesubmittals: Contractor must revise and resubmit submittals as required by City Enginper and clearly identify all changes made since previous submi ttal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. $amples: The Contrdctor must submit samples of finishes from the full range Gf manufacturers' standard coL(Jrs, textures, and patterns for City Engineer's selection. '!est ~n<:i_R'J?air ~Rep(Jr~ ifhen speci f ied in the Techni cal Speci ficat ions Section, Contractor must S!llbmi t three (3) copies of all shop test data, and repair report, and all on- $i te tes t data wi thi n the speed i ed time to the Ci ty Engineer for approval. Otherw~i'~~ t}~~~ E~lat"~E:':quiE'~nt wi 11 }}<?!: b~ ~p.ero~ed for use on the project. A37 nded "Arran ement and Char e for Water Furnished b llLd",'r "Genera] Provisions and Requirements for Municipal Construction Contracts", B- 6-15Ar!,a~Cjemef"!~~ld Chdrg~ for Wa ter~ur~i:3h~(~_~\I !c~Ci ty, add the following: "The intI~ctcr rnu t cnmply '"nth the City or Corpus Christi's Water (,~<:>nS€'r Vet! ion aiid Dr,)ught C(lIlt~ nqency Plan as amended (the "Plan") This include:, irnpJernentin} water CUIJ:,ervalion measures e:,;tablished for changing condil ions. The Clt Engineer ',Ill provide a copy of the Plan to Contractor at thl' pre-':ons:rw'ticm mecctJnq, The Cnntractor will kE"ep a copy of the Plan on th,' jroj.,~t ,it 'hro1JqhJIJt '-'llstructlon," Section A - SP (Revised 9/18/00) Paqe 16 of 24 , .......-- A-38 Covera e for Buildin or Construction Pro' ects for Th,' requiu>ments of "Not: :e to Cont r:actors B'" are incorporated by reference in t h] s Speci:d Prov i S 1 on. A-39 tertif4ca~e of Occupancy ~nd Final Acceptance (NOT USED) ~.rRe' i$!E;uancc -~-n-ee~icatc B-E- occupancy ~ improvcments docs not conoti tutc f t fl a lac cc rcrt-aft€e--o+- {.~mP-FO ~ 5-UftEle-~;e-tte--Fal---fl.f'B-V-i-s ion D 8 9. ,..... A-40 ~ndment to Section B-8-6: Partial Estimates - Gr>neral Provisions and Requirements for Municipal Construction Contracts Section B- 6: Partial Estimates is amended to provide that approximate estimates from which [drtial payment:~ wi 11 be calculated will not include the net invoice value of accept.ble, non-per 1 shabh' mater ial s deli vel ed to the Project worksi te unless the C mtractor provides the ( ity Engineer with documents, satisfactory to the City Elqineer, that show that the material supplier has been paid for the materials delivered to the ProJect ~orksite. ~ A-41 <;Itone Advisory A Primin9 and hot--mix pavinq operations must not be conducted on days for which an ozone advisory has been i~sued, except for repairs. The City Engineer will notify Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day ,:lOd thc Cont~ '.:il1 bc Compenoatcd at thc unit fHiee- lRdic-a-t:-e4-i:-&- the pFnpB-S-rli. A-42 ~HA Rules & Regulations It is the responsibi Lity of the Contractor (s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs, A-43 ~nded Indemnification & Hold Harmless '" Under "'~€meral Provisions dnd Requirements for Municipal Construction Contracts" B- ~2-1H Ifem~ificati?n & Hold ~armless, text is deleted in its entirety and the follow. g IS substItuted In lIeu thereof: ~ Tbe Contractor shall hold the City, its officials, employees, attorneys, and atents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, sttPplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or dny subcontractor, suppl ler, materialman, or their officials, elftploye('s, agents, o~ consuLtants. The cuntractor shall hold the City, its officials, employees, attorneys, and a<Jents harmless and shall j ndf?mni fy the City, its officials, employees, attorneys, and agent s from any and all damages, injury, or liability w~tsoever from a nc'gligent act or omission of the city, its officials, eftll:>loyees, attorneys, and agents that directly or indirectly causes injury to anc employee of the contractor, or any subcontractor, supplier or materialman. A-44 C~nqe Orders Should a change order(s) bE required by the engineer, C:ontrdctor shall furnish the enqinee. a complete breakdo'dn a~3 to all prices charged for work of the change order (ullj t Ilfrices, hourI y ral,os, sub-contractor I s costs and breakdowns, cost of mat riats and ',quiprn('nt, I--idge rat es, .,le.). This breakdown information shall be Section A - SP (Revised 9/18/00) Paoe 17 of 24 '.....-- -- c;ubmitt(Jd by contrdctor as d bdS]~: tor the price of the change order. A-45' As-Built Dimensions and Drawings (7/'J/00) (a Contractor ~ohal j constructed lnd vey; ic ,H) '->f al i make dppropr iate dai 1 y measurements of facilities keep dccurate records of location (hori zontal and fa'iJILles. 4 (t Upon ccrnplet on with on,' set of dim,'ns ions arid f ] n" 1 j liwin< '3 (jf edch f acil i ty, the Contractor shall furnish Owner di n'et pr lnts, marked with red pencil, to show as-built ]ocatiun:, of all work constructed. As a minimum, the lul ][lCLude the following: ( I ) 'Wt 1 z nt d; dnd ve ttical dimens ions dlJe to substitutions/field 'hanq' s. 'hangt SI fI e'lui pment and dimensions due to substitutions. (3) "Name! late" oJata ;m all installed equlpment. ('1) )elet1,)ns. dddl~I')nS, and changes to ~3cope of work. (')) '\ny at hel ,:h,lflge;; made. A-46 Disposal of Highly Chlorinated water (//5/00) ) I'he Contractor sha II be responsible for the disposal of water used for testing, Jlsinlection and llne flushing in an approved manner. Contaminants in the water, cntieulacly hiqh h~vels of chlctlne, will be used for disinfection, and may exceed he permisslbl,- L lrnits lor discharqe into wetlands or environmentally sensitive ,ueas. Thes'~ ar,' rE']ulat"d by ll1lmerous agencies such as TCEQ, EPA, etc. It will be the COntractor's responSibility to comply with the requirements of all regulatory Igencies ]n the disposal of all water used in the project. The methods of disposal shall be submitted to the City for approval. There shall be no separat~ pay for oii spoSal () f highly:hlor i nated water. Cant ractor shall not use the City' s sanitary sewer system for disposa of contarninated water. A-47 re-Construction Ex Excavations (7/5/00) Pr lor to dOY constructiofl whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross WIthin 20-feet of proposed pipeli!nes of the f'roject and Cont fdctor shall survey the exact vertical and horizontal }()cat ion of e,ch cro:3sinq and potentially conflicting pipeline. For eJlistlnq pipelines wilich parallel and are within ten feet (10') of proposed pipelioes of the project, Contractor shall excavate dnd expose said exiting pipelines at a maximum or 30Q-["et O.C. and Contractor shall survey the accurate hor izootal cmd vert 1 ca 1 locations f said paralle 1 pipe1 ines at 300-feet maximum 0.('. Cuntractor shall then pr,opare Cl report and submit it to the City for approval indicating the Owner 01 pipelines excavated and surveyed, as well as the approximate stat ion there(f, dist_anc(' to the pavement centerline and elevations of the top of ex i st i nq pipe] ine~ Contr~or shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Enginetr and until Contractor receives Engineer's approval of report. Expl()r~tor\ a~;sociated e~; tab] ished SUIvPywork E"XCavdtu'ns sl all he !_'dLj for on d lump sum basis. Any pavement repair \vith E'xf,lorat )ry '?x'~avdtions shall be paid for according to the Ilnti i pr u:e of pavement patching. Contractor shall provide all his own effort (:)0 sCI'arat pay) for exploratory excavations. Section A - SP (Revised 9/18/00) Page 18 of 24 '--'- A-48 Overhead Electrical Wires ( 1')/00) ':ontract(lr shaJ 1 comply ,...i th all OSHA safety requirements with regard to proximity t canst ruction cguipm'>nt beneath overhead electrical wires. There are many ')vert)ead WIres cro~3sing the const ruction route and along the construction route. ':ootll'actor shall lIc;'" 211] due dilicjenc(', precautions, etc., to ensure that adequate safety i provided for tll of hi:3 employees and operators of equipment and with '(>qard t ,'nsurinlj thcJt no ddmcj(~,' to existing overhead electrical wires or fdciliti "CCilr" Contcact. r >hall (('OrdLlatc tll:; \.jork wi th AEP/CP&L and inform AEP/CP&L of his Instruct lnn 5( 'hedul.e \oJ I th reqd ni to said overhead 1 ines. lme overhead line~ dre shown 111 the construction plans, while others are not. It sllall be the Contr~ctor's sole responsibility to provide for adequate safety with '''qar'll to overhead 1 ine, whether '3hown in the plans or not. A-49 ,Amended "Maintenance Guaranty" (8/24/00) 'Ider "General Prov:Lsion:; and Requirements for Municipal Construction Contracts", 8-~Ji<nflt_,,:n-"1!lc_e_ Guardn1:..Y, acid the following: """"'* "The Contractor's ,uarantee 1< a separate, additional remedy available to benefit the City of Corpu~ Christi. Neither the guarantee nor expiration of the guaranteF' per i od wi 11. operate to reduce, release, or relinquish any rights or remedies Ivailable t(l the CIty of Corpus Christi for any claims or cau,Cleo: 'If act i ,,)n aOdi nst 1 he Con tractor or any other individual or entity." A - 5 Opewa ter inq 'he CGntrdctor ;;hali make all reasonable efforts to eliminate ponding of water from ,e j()bsite regardless of its SOurce. Within two (2) normal working hours of ;-;unding occurring, the CC"ltractor WIll begin dewatering procedures. All ponding of depth greater than Yo lLch will be eliminated prior to the start of the following ikday a fto r the :30uru' of the water has been terminated. Any day in which '~at~rinQ does not occu ~ill not be considered a rain day. A-51 Rain Delays Contractor shal anti~ipate the following number of work days lost due to rain det.ermining t,he contrdct schedule. A rain clay is defined as any day in which 'fie altOunt uf lain meaSUI ed by the National Weather Service at the Corpus Christi j ntcrllationaJ Airport is 0.10 inch or great.er. No extension of time will be considered unti 1 the exp'- cted number of rain days has been exceeded and the City I nqineer hac, agreed that the StCltu~; of construction was such that there was an inpact del rimental to th( construct ion schedule. nuary 3 Days fJ!ay '1 Days September 4 Days hruary 3 Days ,-'une ,1 Days October 4 Days j Lch ) Days ,1 \11 Y ~ Days November 4 Days ! ~il Days l'ugusl '1 Days December 4 Days A-52 .PBS Notice of Int~nt Submittal ffle. Cajfitr.Je+e~-be--f:e-spofY...ri {}kLfB-F-fH3-E-'i:+Y+mJ--E-hc Ci ty for City :Jubmi tt31 of NB+:-i ee\t-&f---BH:efl+-----fN(-+H- --:i:n --a-eeo+4ct n€€ -+1-:i-E-h- -Eft.v--ifBflme n t 31 . PT€l t c c t ion .". g en c J. ( E I\'\ ) Nationjll Poll ut.-lflt--I~ldrge E!-i:-m4-Act-to-Hm--5YfrEem (NPDES) - regul.::ltion:J, .::lnd the Gf:H+5ull.::lnt BntJ+nee-r w-i-:l:l- t'jre-v-:Hje----a Chf+y-----e++ he N8J. {;.B-~ City Engineer. The C41ntractor is responsible for filing a Commistion on Environmental Quality (TCEQ) Disch4ge Elimination System Permit (TDPES). notice of intent wi th the Texas and obtaining a Texas Pollution The Contractor shall maintain a copy Section A - SP (Revised 9/18/001 Paqe 19 of 24 ~/"~..... of ('l'I?DES) permi t onsi te a t a~~ times during cons truction. A-53 ,hysical Data ~ :,ubsurfacc' geotechn LCdl report:j are not a part of the Contract documents. Soils investigation data is provided In the Appendix only for the information and 'onve,ience of the biddels. The City and Consulting Engineer disclaim any and all responsibilit_y for the dCcuracy, cumpleteness, true location and extent of the jei Is investiqatio/l ttat was prepared by others; and further disclaim respoftsibiljty for the ilterpretat ion of that data by bidders. A-54 'roject Record Documents The CQntrdctor shall mai:ltain one set of drawings and specifications on which he shall neatly keep a recarl of all changes as the job progresses. A separate set of Contract documents, for 'his purpose only, shall be kept at the job site at all times. These documents : haLi b,' kept up-to -date and reviewed and approved by the c: i ty Engineer pr ior to approvd] .jf monthly proqress payments. The final set of Red LIne Ilark-up drawinqs shill lA' siqned and .lated by the Contractor, and shall be del ivered to the Clt y F:nq neer, pn ! to approval of tinal payment. (see SP A-45). A-55 ~rors and Omissions The Contractor shall carefully check the drawings and speclfications, and report to the Consul t lng EngIneer any err()l~: or omissions discovered, whereupon full irlstruction will be turnl;hecJ promptly by the Consulting Engineer. A-56 ~finition of Engineer ,) Under ~General Provisions and Requirements for Municipal Construction Contracts,N B~~_} lefin~t:~on_ CJ_~ '~erfTl~' change the defi ni lion ot the te rm "Engineer" to read as fo 11 OW$: "Enginliir: The City's [) rector 01 (City ,'gineer). Engineering Services or authorized designee A-57 T~nch Safety Th(~ Coatractor shal l full y dnd strictly comply with all requirements of the OCcllpattonal Safety and He,llth Administration (OSHA) Manual, Chapter XVII, Subpart p- EXCAVf.TION, TRI-:NCH I NG AND SHORING for all trenching and excavation operations, and SPltcification Item SP-4, Worker Safety Requirements for Excavation and Trenchiiag Operations_ If dept.s ot trenches are Incountered which are over five (5) feet, the Contractor shall q~t the trench wall, to the ang1 e of repose of the soils encountered or submit $horinq details to the City Engineer for approval. If the Cant ractol' s proposed construction methods reguire the excavation of any access pits, trenches, or other below ground operations, such work shall be in compliance with all fHieral state and local requirements for trench excavation and safety. All costs as~aciat'~d with meetIng these requirements shall be included in thE' .Hnount !,jd for t/-,c" i ten, "Trench Safety" as shown in th,' proposal form. A-58 Ai4Port Safety and Security A-58.1 ffeneral Airport ~afety anej securIt~ is ~ VItal part ot the Contractor's responsibilities durlng tbe Course ot this fToject. Airport safety and security, nationwide, has come undttr close scrut i ny ir the last few year,;. The following safety and security qui dE' I i~s dnd the ru les JOd [equla t ions ot t he Corpus Christi International Airport and the Federal Aviation ^drnl!listraLi~Jn (FAA) shaLl be followed by the Con tractor ,llld 'he Cont f actor'.; CHIp] oyec,; , subcontractors, suppl iers and representati \1e'; a1 al i tIme, du! ille, I he C'xecut i on of this project. The Contractor shall be'<:iirect J y respons i b].' for any and all fines or penal ties levied against the Airport is a result of any iTeach f s0('\)rity jnd safety caused by the Contractor Section A - SF (Revised 9/18/00) Page 20 of 24 ~^"......' or the Cont rdct or',' empl. lyees, subcontractors, suppliers or representatives. A-58.' Airport Operations Area (AOA) The Airport Opcratlc.ns A ea (AOA) shall be defined as any portion of the Airport orope1:ty normally secured against unauthorized entry. The AOA includes all areas specifically reserved for the operations of dircraft and aircraft support equipment ,llld ~rsonneJ. General y, the l\.OA is defined by the Airport's outer security fencing and ether sccuri y meaSJres'll the Airport's terminal building. A-58. ort Safet irements and Restrictions ~" The QperaLrons of cJl] equIpment, mobil.' or stationary, required for the constx:uct! un of t hi s pr oject, incl uding, but not restricted to construction cquipQJent, delivered material, visi tors, sales representatives, etc., shall be Cjoverf1€d by the [0] Lawinr; regulations while operating within the landing areas or apron ared at COrplj~; Chrlsti International Airport. The term landing areas is defined a~c CJ 11 runwlYs cud taxi'..Jays, plus 250 feet on either side of runways and }IS feet (if! ither3ide et taxiway:, dnd a distance of 500 feet at the ends of all J unway-s, and also i fl'~ ludE" the apron drea. A'c The Cont [actor :,hall ~;ubml t p] ans to the Ai rport Operations Manager on how to comply with the safeLy plan included in the Appendix of this document. These plans f'ust be approved by the Airport Operations Manager prior to issuance of a Notice to r roceed. ThIS safel y plan was developed in accordance with Advisory Circular No. ] SO/5370-2r:, "Oy)erational Safety on Airports During Construction". \toM 2, The C(Jntract~or .';hatl be required to eqUIp vehicles used by the superintendent and/or foreman on the project with a radio receiver/transmitter(s) for maintaining direct communication with the FAA Ai r Traffic Control Tower (ATCT) at Corpus On isti International Airport. Communication will be required at a frequency of 121.9 MHz. Ground control radio contact shall be required when construction operations are in the vici:lity of, or when crossing any active runway, or apron, or as directed by the Operations /vlanager. The Contractor shall have an adequate number of radios to maint,in communication in all areas of work. The Contractor and all personnel that WIll be working within the AOA shall complete the City's t iaini-.g course on ':ommUfllcat ions, safety, etc. The Contractor shall assign a m nimu. of two peoplE to lssist in traffic coordination during construction work wLthin the AOA. All vehicles on active taxiways and aprons must be escorted by badged Contractor personnt-l with Contractor radio and ATCT ground control radio. Contractor shall be required to provide the cellular telephone number to the City Sngineer, Airport Operatie'ns Manager and Airport Engineer. 3, Th& Contr actor shall perform al.! threshold relocations, miscellaneous pavement markin<;i and barLicadlnq in accordance with the attached FAA Advisory Circulars and Orders. 4. Wo("k areas wi thi!l the Landing area, which are hazardous to aircraft, shall be outli nep by Yf:"llow f jags eluring the ddY and by battery-operated flasher-type red lights at nlght, except nr flashers shall be placed which might cause confusion between the runway 11 qhts and the f I a~-;her placement. Flags and battery-operated red li~ts shall be maintained on all self-propelled equipment at all times during con~itruction. l\ny equipIrt'~nt not ,=omplyi ng wi th these specifications will be ~;uhlcct to removal :~l()m tt":.. job. [OJ. 1\11 Contractur':; eqlJipmeIlt and vehicles \'Jorking in the landing areas and/or restricted area whcth('r night or day, shall be marked with ~international orange and white checkered flags, -, The Cont ractor wi I 1 be required to keep a stock of [llgs an hand for J.c;suan"e to vehicle operators, Equipment shall not remain undttended It any time during construct ion. AIIY equipment not complying with these sp,'citiCatiun: will be sulJlect to removal from the iob. 6. I\ll VE'hie]es, cquipmf'nt, construction purpos('~, wi] 1 be materials, restricted eic, , from not actually being the ] anding areas and used for shall be Sect ion Ii - SP (Revised 9/18/00) Page 21 of 24 .~ - placed 'J r pa eked in a i eas de:; 1 gna ted by l\i rport personnel. Matenal del lveri>'s will be qricLly contr'olled. No deliveries shall be made without pr 10) lrl';lruct Jon by the ('ontractor' s representative. 8. No equipment will be operated nor WJ 1 1 be permitted to cross-existing paved areas unless the l'quir:'rnent is pneumatic-t ired, or until special means approved by the Ci t have been pro\7icied to prnt ect the pavement. The Con t r act(,) constructIon ar(Od lights nel shal j t'e shaLL provide barricades to restrict access from taxiways to the Th bar r Icaele signs :;hall each be equipped with two flashing seureJy fastened to the pavement. 10. Any employee It tie Contractor not considered by the City to be in suitable physical ,-ondition tor the perEonnance of this work will be promptly removed from Corpus Christi lnterna ional Airport by the Aviation Department of Public Safety and will not be ai lowed to work on the project again. 11. Open trenches, excavatic>n dnd stockpiled material will normally not be pE'rlllittf'd lrJithin 250 01 the Cf~nU~r line of active runways at air carrier airports and for r'unways hdvinq precisi()!] instrument approach. Any open trenches within the 'JO-foot ] imi I Sh,lll bE Coven d '.vi t h steel plates capable of carrying air carrier traffic. The location of any stockpile material shall be coordinated with and approved by Allport, Operatio[].< 12. Flare pot.'; wilj not be permittf>d tor temporary light.ing of pavement areas or to denote construct f.n ] imits, lj. Con~truction equlpment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding ~ height of 15 feet shall be observation-marked and lighted at night, lnci whE'1l not in use, lowered to its stowed height. No separate payment shall be madE for the work included in the cost of the various contract items. I'he City will furnish I Safet y Representative to insure that the Contractor's persQOnel and those oper lting the Contractor's vehicles, including those delivering materials, are at ,,11 times conformlng to the requirements of these specifications. Eefer to the attached FA,A Advisory Circular 150/5370-2E and FAA Order SW 5200.5B for further intormdtion on Airport safety. A-S8.. Airport Security Requirements Contractors involved in (onstruction as described in these specifications and plans wi 11 be required to foJ low the rnocedures Ii sted below for security clearance during- construction. < . A prc'const ruct ion c, ,nferenc(! wi 1 I be required with the Operations Manager, the Project Manager, the Eng~neer, and all Contractors involved. This meeting will be <;cheduled following the lward of contract. Contractors will be required r- provlde the following information to the Operations Manaqer. Thi'; i nformati on is required for a seeuri ty clearance check only. 1. Llst employef who,;Jt ,mE: time or dnother, will be working on the job S i tF' . 2. Texns Dr iver' L:cense numbers of those same employees, date of birth and raCe. 3. Li.st of vehiCLes dnd thcir respective license plates, which may be used on the ob sjte. AllY contI] (t Contractor to Tne seCULlt y precaut ons Ire ,jn r'Al\ requirement to the operation of the Airport. arld!u' prot.lem:.; 111 t 1)( the OpfC'rat ons fvlandger drea uf securIty should be relayed by the All efforts will be made by the airport Section A - SF (Revised 9/18/00) Page 22 of 24 --~,..~- staff to permit constrUttion and ~ecurity work in harmony. Samples f forms for sec~rity badges, background checks, letters of authorization, alee included lor your fam i 1 iar i ty. They follow FAA Advisory Circulars on i\lrport :3afety. The Ai rport reserves the right to limit the number of badges issu~ to Contractur personnel See ~Attachment 2" following thi:: section, which will take precedent over other special provislons in event of conflict, f,)( additional requirements: · Fede fa 11y Requ ired ,anqudge · CCrA Background Ver fication Farms · FAA !JRDER SW :)200..5[\ l\i rpor t Safety Our i ng FAA- Funded Airport Construction and F'AA Facll i Lies Maintcnancf' · FAA j\dvisory Circular 1.50/')]70-2E Operational Safety on Airports During Construction Corpu. Christi International Airport Visitor/Contractor On-Site Permit information is al.o included in the Appendix. .. Section A - SP (Revised 9/18/00) Page 23 of 24 , " .........- " SUBMITTAL TRANSMITTAL FORM PROIEcT: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAy 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS PHASE 4 & CCIA APRON PHASE 2 WESTSIDE (PARKING); PROJECT No. 10001 & 1097 o~: CJTY OF CURPUS CHRISTI _. .-....- -- ~~. -.--.-- '-- ---.--- ENGltmER: PC;AL ----_.- ---- '.-..-. ..---- CONSAcTOR: -- ------- --------- "~ SumtlTTAL DATE: SUBMITTAL NUMBER: .. APPLlCABLE SPECIFICATION OR DRAWING SUBMITTAL .... ---------- ,- } / ...., .." -----.-....-- ""!! -" --------.- Section A - SF (Revised 9/18/00) l'rJop :/4 nf ?L1 .~- - PART C FEDERAL WAGE RATES AND REQUIREMENTS .... - ,,. - ~ ......... "c'"_ .._'_''''''''''''~ _,~_.~,''''''''''''''' _;...,,,,._,..,., ......_._""'. ~ ~_.,......__.....'--., "'--'-' .,-,"">"""".,,,. .,,;.....--..-..-;-.-..-- _._---- .,.----- -.....~ ;en ! Ii Dec1 1 Numb, I TX:J30Lc2 U2 L, .2005 TXl ~?;; Page I of3 ~;tat( Texas Con:t tuction Type~;: Heavy and Highway COUiities: NUEcce~;, San patri io dnd Victoria Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures ill rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involvinq marine construction; and other major bridges) Modification Number Pubtication Date 01/28/2005 0.2/18/2005 02/25/2005 A: phalt Distributor Operat:or... $ A:phalt paving machine operatorS A:.phalt Raker... .....$ Bulldo:ler operator.. .$ Cill'penter. . . . . . . . . $ '(.ncre1ll.e Fi nishe r, Paving ..... $ ncrete Finisher, Structures..$ ,.'uncrete Rubber. . . . . . $ Crane, Clamshell, Backhoe Derricki, Dragline, Shovel Operator.. .....$ F.i agger. . . . . . $ Form Builder/Setter, Structures$ Fe,rm S$:. ter, Paving & Curl;.. . . . $ mdation Drill Operator, lck Mounted... ...$ loot Jilrld Loader Operator ..$ Laborer, common. . . $ (,cborer, Ut i J ity . . . $ M( chanic. . . . . . . . $ Mc!or Glt-ader Operator, pine Gr ade . . . . . . . $ 13. 78 Motor all"ader Operator, Rough... $ 15.00 Pipela~r.. .$ 9.00 fL. i ler Operator, Pneumatic. Self prppelled.. Roller Operator, Steel Wheel, '''I at W~el/Tamping.. ;':C j i er Operator, Stee I Wheel, Plant Mix Pavement :c i aper Operator. SeLvice:J'. . " StructUit"al Steel Worker.. Truck dtiver, lowboy Float ['ruck driver, Single Axle, Heavy. . . . . . Truck driver, Single Axle, LieJlll: . Truck Driver, Tandem l\xle. Sent i Trai leI Weider.. . f) SU'o X? 005. 007 I 1/09/2004 ,..... '.. 1". Rates Fringes 12.42 11.57 9.36 10.90 10.71 12.18 11.16 10.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 12.55 7.17 11.47 9.65 0.00 0.00 0.00 0.-00 15.32 10.05 8.35 9.09 13.17 0.00 0.00 0.00 0.00 0.00 0.00 0.60 0.00 $ 8 57 $ 8 5'1 $ 9 .11') $ 9 6"' $ 10 7 :, $ 14 .00 $ 14 Pi $ 11 VI $ 9 oe! $ 9 39 $ 1 8 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 http://www..dol.gov/wdollscafiles/davishaconJTX I 22.dvb ..~~. 5/112006 ,'lurk Zon. heirl tCdCk ~:er iCE t;: } en Page 2 of3 0.00 WELDERS Receive rate prpscribed for craft performing operation to which weldinq is incidental. ----- ---------- -----.-------- ------------.- ~._-~-- --------_.- -_._~.-.._-.._-_.- '.----.-.-- '-- - -- -- -- -- - _.. -- ~- -- -.- -- -. -- '- - - -- -- - Unllsted classiflcatIons needed for \'\Iork not included within the scope ()f the classifications listed may be added after award Oflly 'lS provided in the labor standards contract clauses (29CFR 5, 5 a) ( 1) ( i L) ) . In the listIng above the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initJal decision in the matter? This can be: * an e:x;isting published wage determination a survey underlying a wage determination a Wa<:JJ! and Hour Division letter setting forth a position on a wa~ determination matter a coniformance (additional classification and rate) ruling " * On survey related matters, initial contact, including requests for sum~ries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis Ba~on survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3,) IIhould be followed. with regolfrd to any other matter not yet ripe for the formal process 4escribed here, initial contact should be with the Hranch of Construction Wage Determinations, Write to: Branch of Constructic>Tl Wage Determinations Wage and Hour Divisicn U.S. Department of Labor 200 Consti.tution Avenue, N.W Washington, DC 202JO 2.) [f th. answer to the question in 1.) i.s ye~;, then an interestell party (those affected by the action) can request review anll reconsiderat i on f f'om the Wage and Hour Adm inistrator (See 29 CPR Part 1.8 and 29 ('FR Part 7) Write to: Wage and Hour Administ rator U,S. Department of Lahor http://www.\Vtiol.gov/wdoVscafiles/davisbacon/TX 122.dvb ,,/1 /') nor. --- 200 'onst\ tut t )n A' :nue N \-1/ J'age J ot 3 Washington, DC 202]0 ThE' request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, ete ) that the requestor clDsiders relevant to the issue. .... 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) Write to: Administrative Review Board - U.S. Department of Labor 200 Constitution Av,coue, N.W. Washington, DC 20210 - 4.) All decisions by the Administrative Review Board are final. ---------------------- ------------------------------------- ------.-----.--------- --------------------------------------- END OF GENERAL DECISION "'" - :~"'" http:lh\/I,,\w."'dol.gov/wdol/scafiles/davisbaconlTX122.dvb 5/1/2006 --...,.~ ._ _ ,_,__. '__.n AGREEMENT THE .AI'E OF TEXAS S colJNla OF NUECES S THIS AGREEMENT is entered into this 29TH day of AUGUST, 2006, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Berry Contractina. LP dba Bav. Ltd. termElid in the Contract Documents as "Contractor, II upon these terms, perf~ble in Nueces County, Texas: ""'''* In consideration of the payment of $9.678.590.40 by City and other obligations of City as set out herein, Contractor will construct and compl~te certain improvements described as follows: ,~ CORPUS CHRISTI INTERNATIONAL AIRPORT RUNW* 17/35 DlPR~S, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRPIELJ) DRAINAGE IMPROVZMBN'l'S, PHASE 4 it CCIA APRON PHASE 2 WESTSIDE (PARKING) - PROJECT NO. 1097 (TOTAL BASE BID + ADD.ALTS.#1,#2,#3: $9,678,590.40) ..... according to the attached Plans and Specifications in a good and .... workIlanlike manner for the prices and conditions set out in their attadhed bid proposal supplying at their expense such materials, services! labor and insurance as required by the attached Contract DocUlllents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and "~" specifications, including all maps, plats, blueprints, and other drawmgs, the Performance and Payment bonds, addenda, and related doc~nts all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 ~ . .......- - PRO P 0 S A L FOR M " ~. FOR - '"* .... .. CORPUS CHRISTI INTERNATIONAL AIRPOR-T RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS I SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) &: cerA APRON PHASE 2 WESTSIDE (PARKING) 1~ ... DEPARTMENT OF ENGINEERING SERVICES ~.:ioc. CI1Y OF CORPUS CHRISTI, TEXAS REVISED PROPOSAL FORM ?AGE 1 OF 2, ADDENDUM NO. 8 ATTACHMENT NO. 12 ="~''''~., 'P"'" ...-.....=-, -.',",,,,," (" LV (?().I-'( PRO p 0 S A L Place: COl'f'-'s C.h('~$~:)""l(. Date: 1- 2. % - 01.0 ~ Prapo$al of~~'rl Co"'\-W-Ot-t\f)) Ll b~A ~Q,i L~cl. a Corporation organized and existing under the laws of the State of _.,._--_._.~--_._~._-- ... OR a Partnership or Individual doing business as -'--"'~--~- -"--_._-~ ---_. --_.- ----~.. ...---..----...--...-..-..----- ~ TO: ~ke City of Corpus Christi, Texas Gentleflen- r""*' The lmdersi~]ned hereby proposes to furnish all labor and materials, tools, and necessary equipment J and to perform the work required foY: CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17/35 IMPRO'VEMBNTS, SHOULDERS, LIGHTING, BLAST PADS I SIGnGE .AND AIRFIELD DRAINAGE IMPROVEMENTS (PHASE 4) & cerA ARPON PHASE 2 WEBTSIDE (PARKING) ... at the locatloDS set out by the plans and specifications and in strict ;w accordal1ce with the contract documents for the following prices, to-wit: REVISED DROPOSAL FORM PA(~F: 2 np ., ADDENDUM NO. 8 ATTACHMENT NO. 12 ~- CQRPUS CHRISTI INTERNATIONAL AIRPORT R'UNJfAY 17/35 IMPliOVBM!:NTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND M:UIEL.D DJUJNAGK IHPR.O'1EMENTS(PElt-SE 4) & CCIA APRON PHASE .2 WESTSIDE {PARlCINGJ BASB BID RUNWAY 17-35 IMPROVEMENTS, SHOULDERS, LIGHTI~G, BLAST PADS, SIGNAGE .~D ,.. AIRFI. DRAINAGE IMPROVBM1!:NTs PHASB <1 . (CITY IROJ NO. 1-0001) ;t' II In IV v I~ QTY " DNIT Description Unit pric~ T.otal G-300 50 Install Lighted Cones (Furnished 1 by Airport) IhSo S?'2.S.04> j!:A C~lete and in pl~ce per EA G-300 2 10 Furnisb and Install Lighted Cones 1~,Oo $ I q (). 00 EA ,cOmplete and in place per EA G-'30() 90 lnst:all Multi-Barrier Barricades \~. 0 0 3 CFunished by Airport} \ \70 s .00 n :Colllplete and in Place per EA G-J'OO 20 Furnish and Install Multi-Barrier 'J"30..o0 $(p(,OQ.O~ 4 Barricades -- EA CQJDplete and in place per EA G-30& Install. Maintain, Relocate, ReDlOVe and Salvage Lighted Closed 5 1 Runway Markers (Furnished by Airport) 71..00.01 $1<"00.00 -- LS ~lete and in place per LS iG-500 l'~ .000'00 6 1 MQbilization (Base Bid) $ 21 'J 0'0'00 LS COlIIplete and in place per LS 0-600 7 1 Haul Roads ~ O,)()OO. 0 J) $SQ,ooP. 00 La COIIl.l'l,ete and in place per LS 0-7-00 e 488 R8JlIOve 36" CMP Culvert 1'2...._o~ $5 as '" . 0 0 LJ' eariplete and in place per LF G-700 9 488 ReIIlOve 4a" OW Culvert IS. 00 $732.0.00 --- I,F Cqmpleta and in place per LF G-70f) 10 721 ReInove 22" x 13" CMPA CUlvert II. 00 $79~I.DO --..--------- LF Complete and in place per LF G-7IJil 9.00 .$ fo 'i- 35.00 11 715 Remove 29" x l8~ CMPA Culvert --.-- LF CODIplete and in place per LF G-700 12 520 :Re:raove 36" x 22" CMPA Culvert -=, ~~--- $ Ltq\fO.OO LF Complete and in place per LF G-700 13 2,320 Remove 58" x 36" CMPA Culvert \ s. 00 $:'~ <l "0.1;)0 -- -~-- LF Complete and in place per r,F -;, ,... - REVISED PROPOSAL FORM Page 3 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 ......-- . RUNWA~ 17-37 IMPROVEMENTS, SHOULDERS, L,IGHTING, BLAST PADS, SIGNAGE AND AIRFI" DaAINAGE IMPR,OVl;:MENTS PHASE 4 ,- (CITY ~ ~O. lOOOl.L X ;II III IV V n" QTY lr. UNIT Description unit Price '.l'ol;al . 0-700 14 105 Grciu t Fill and Abandon 29" x lS" CMPA Culvert (p O. 00 $<O~()O.OO LF Complete and in placE! per LF G-700 15 560 R~e 8" Sanitary Force Main \'.00 $ q 5'"1. 0.00 LF Complete and in placE! ~r LF . G-700 16 80 Remove Reinforced Concrete PaveJltent (Drainage << Slope) 2L 0 c> sl<.'ao.Oo BY Co.IIlpl e t!3 and in place per BY G-700 17 5 RElI!IOve Concrete Inlet Structure lie> " 0.00 $1rOOO.O.o KA CQuple te and in place per EA 0-'700 18 200 Remove Chain Link Fence and Foundations 12..50 $ ).500. 00 LV C'ODI}?lete and in place per LP G-100 19 636 Remove 24" CMP Culvert 10.00 $63~o.00 LF C~lete and in place per LP G-700 20 530 Jtemove 3D" CMP Culvert L~~ $ SJo 0.00 LF COIIWlete and in pl~ce per LF p-loi 1,253 Remove Pavemen t (Aspha It) (Runway) 21 (1lpp:lt 1511) 11.30 $~.)~\~:tO sy C~:tete and in place per BY p-1Dl 22 566 Remove Pavettlen t (J\.sphalt) (Taxiway) (Appx 12-) H,So $ ~.soq.oo -- Sy CGWlplete and i:o. place per BY P-1Ol Remove PaveDlent (J\.$phalt) (Runway 23 524 Edges near Thresholds) (approx. l4-. 0 0 2" ) -- ,$ l.oClj~. 00 Sy Complete iUld in place per Sy P-IOl 24 l,50Q sawcu t Pavement (Asphalt) ). <&0 ,$ ~1oo.oo LF CmDplete iUld in place per LF P-IOl 25 10,000 Jeint and Crack Preparation I. So $ I SJOOO. 00 -...-..---- LV COl1!Plete and in place per LF P-I0l 26 101,334 Cold Planing Asphalt Pavement Runway (Stockpile On Site) \. $ 0 $\~2.001.DO --- --.;...::-- BY Complete and in place per Sy P-iOl Cold Planing Asphalt Pavement 27 11,573 Taxiway &. Blast Pads (Stockpile On Si tel '.4:0 $15-~ 02~:2.o -- SY Complete and in place per Sy P-152 28 4,012 unclassified Excavation ~.S~ $") ~ It~. 0 0 Complete and in place per J CY Cy ... :!lt~", ~ .... flEVISED PHOPOSAlFORM Page 4 of 71 ADDENDUM NO B ATTACHMENT NO. 12 ,-- ,.......""'....... RUNWAX 17-35 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGR AND AIRFr"O DRAINAGE IMPROVEMENTS PHASE 4 (Cln_OJ .NO. 10(01) ~. !;t III :ry V I QTr 60 UNI'l' De~cxip.tion Unit Pricre Total P-152 2J 19,136 Drainage Excavation 17. 00 $ Jl.S ~ 12.00 Complete and J CY in place per CY P-152 30 2,671 .KllIbanQlen t in Place 10.00 $1<..110.00 CY C'OIllp1et;e and in place Per IT J P-153 n 1,131 Controlled Low Strength Material 11..0.00 $ , 35' .1'2..0.00 Complete and in place per .J CY CY P-155 32 440 Lime (8% by dry weight) 11.0'00 $S~.J~<)O.oo TON C~lete and in place per TON P-155 33 32,611 Lime-Treated Subgrade (6- ) 1.20 $ 3~.t33.2.D CQ.IlIPlet;e and in place J Sy per SY P-1S6 34 360 Temporary Silt Fence ~.QO $ 2l \,. 0..00 LF Conplete and in place per LF P-155 35 4 TexrrpOrary Rock Filter Dam \SOO.OO $ (..OO()'OQ EA CC>:Illplete and in place per EA P-2D.9 36 1,007 Crushed Aggregate Base Course \ )7. 00 $ t ")? ctS"'l.oo CWllPlete J CY and in place per CY P-401 37 23,995 aitttminOUB Surface Course '??S.OO $~-:r-~~" Q ---_.~ TON COl!lP1ete and in place per TON ~-401 38 22,589 MaJd.mum ~ODUS for Bituminous Surface Course (6%) S.IO $ \ lS .2o~.~o TON Complete and in place per TON For Bidding purpoS&$ onJ.y. The bidder is required to bid this item calculated as 6% of the unit price for item 37. P-401 39 87,823 Surface Grooving 1..00 $ \15 .l.\4.~.,O Runway Transverse ~- - SY Complete and in place per BY P-602 40 8,703 Bituminous Prime COat 3.2.0 $ 2."7.... y 't~. <..0 ---- GAL CODlJ>lete and in place P'i':t' GAL P-6()3 ~.aO 11 10,402 Bituminous Tack Coat $ 3~:J-SV." 0 ----- GAL Complete and in place per GAL P-620 42 102.74J iunway and Taxiway Painting $ (.. fo ;7 8l. '-=-5 (White) (Reflecti Ita) Q!_"5 __ Complete and in place , SF per SF p- 620 43 2,576 Runway and Taxiway Painting $-L(, l~.~o (Yellow) {R.eflecti va} QL~ SF Complete and in place per SF .... F~EVISED PROPOSAL FORM Page 5 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 RUNWA~ 17-~5 IMPROVEMENTS, SHOULDERS, LIGHTING, BLAST PADS, STGNAGE AND AIRFIBIoD PRAINAGE lMPROVRHEN'rs PHASE 4 (CITYiROJ NQ. .1.O001) ~ II IU IV V ~ QTY _ UNIT De$cription UDit P:J;iae Total Il> - 620 44 6,344 Blij'st Pad Painting (Y'ellow) (Non- S "-11.). bO Reflective) O.~S SF Complete and in place per SF 'P-020 45 3,815 Taxiway Painting (Black) (Non- $. L'tl~ .15 Reflect! ve) O.bS -- SF COlnplete and in place per SF D-71l1 1,874 36- Reinforced Concrete Pipe (ASTM 46 76, Wall C) \2~,oo s2 3 <=t J 12.. DO C - LF Co;mpl e te and in place per LF D-701 47 790 4'x3' Precast Reinforced Concrete Box (ASTM C 1433) 200, Ol) $ r Si, OOO,DO f.F C<:ilnplete and in place per LF D-701 48 1,319 7'''4' Precast Reinforced Concrete 1~o.oo $ l(.(,~~So, 00 Box CASTM C 1433) LF complet~ and in place per LF D-705 10,863 12.11Xl" Rl,lnway Pipe Edge ~, i 0 49 Underdrains $~7. <l<\o.) 0 -~.- LF Complete and in place per LF :D-7S1 50 ;2 Manhole (Type M wi Inlet Access) ,100,00 $ \ of) ).OP,Oo -....---- EA COIIlplete and in place per EA D-751 51 5 Inlet '.Area, Type A} 4-_S~o.oo $.ll,Soo.oo AA Colnpl.e t e and in place per EA D-752 ~einforced Concrete Headwall, 52 6 Apron and WinQWalls for 36" RCP Culvert S(..OO,Qj) $ ~ lJ <'00. 00 -.----- n. Cca;aplete and in place per EA D-752 Reinforced Concrete Headwall, 53 2 ,Apron and Wingwalls for 48" ReI' culvert ~S'OO, og $ \7 CO!), 00 -- J EA CO)Ilplete and in place per SA D-752 Reinforced Concrete Headwall, 54 1 Apron and Wingwalls for 7'x4' RCB I ~J t;)O~~O Culvert (00 skew) sJ1J OOO,~O EA Complete and in place per EA D-752 Reinforced Concrete Headwall, 55 0 Apron and Wingwalls for 7'x4' RCB 0 CUlvert (300 skew) 1).LQ~o. 00 .$~OOO. 00 EA Complete and in place per EA D-754 56 259 Reinforced Concrete Slope Paving (5' ) \_~o,o~ "$ "6 ~ "l So. 0 0 ---j---- Sy Complete and in place per Sy ~ REVISED PROPOSAL FORM Page 5 of 71 ADDENDUM NO.8 ATTACHMENT NO. 12 .. .........- RUNWAJ: 17-35 IMPROVEMENTS, SHOULDERS, IIIGHTING, BLAST PADS. SIGNAGE AND AIRFISlJ DRAINAGE IMPROVRMENT.s PHASE 4 (CITYh.o.:r NO. 100(1) II II III IV V I" QTl' " UNIT De..sc:ription Unit Price To.tal 1'-152 51 200 wire) 20.00 $ Lf-ooo.oo LF CQliIplete and in place per LF T-9{)1 Sa 37 Seeding 1520'00 $S"-.l.{1oooo Calaplete - AC and in place per AC T-904 59 13,114 Soddin9 4-.S C> SSC)JO\). 00 BY Complete and in place per SY L-104 - 6.1. a T~rary Airfield 60 1 Lighting/Signage!Navigational "31.j 00.0.00 $"3)..J() 00. 00 J'aclli ties LS COIJplete and in place per LS t-105.6.1.a Demolition and Proper Disposal of 61 1 All Equipment as Noted and Turning OVer All Designated Equipment to '+'t 10.0. 0 C) $'+-4-;000'00 iKaintenance Staff ~ LS C<;aplete and in place per LS L-I0ll-5.1.a 26,730 lIe L-824-Type C Unshielded #8 AWG $ ~2.,O'7~_O> 62 SKY Co~r Cable f.20 LF CQmpleteand in place Per LF L-168-5.l.b 14,000 lIe #6 AWG BSD or BHD or TW Pare J. 2.0 53 Counterpoise $ i<O)~oo.OO Copper ~- lop' COlIlpl.ete and in place per LV L-I08-5.1.c O.75~ (lJl MM) Dia. By 10.00' (3 M) 64 47 Long Copperclad Steel Sectional ~2.'00 I Ground Rod $ '3'6s~. 00 ~----- n Compl.1!lte and in place J?er EA 1.-110-5.1. a 119'2- Schedule 40 PVC Concrete I 65 11,940 BnCased Duc t Installed in New Paved Shoulders 10. 0 C) $'2. ~9.to.... - , lor Com.Plete and in place per LF 1.-110-5.1.b l.19'2~ Schedule 40 RVe Concrete 66 1,060 Bncased Duct Installed in Open Fbld G>>_~ sJ ~I qfpO.DP LF Complete and in place per LF 1.-125-5 1.a L-861T Taxiway Edge Light 67 17 (Elevated, Blue) Installed In New Paved Shoulder With New Base ~).O, OD $J1~O.D -~..._~ EA Complete and in pla,ce per EA ~- . i~EVISED PfWPO$Al FORM Page 7 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 ......... ........-- - RUNWAY 17-)5 I MPROVEMSNTS, SHOlJLDIi:RS, LIGHTING, BLAST PADS, SIGNAGE AND AIRP~ DRAINAGE IMPROVEMENTS PHASE 4 .- (CI--",..-... i 10. iOOO1) , n +11 IV V I. Q1"-l' " UNIT Description Uni.t Price Total ! t.-125-5.1.b L-861T 'l'ipdway Edge Light 61 6 (lIlev<t.ted, Blue) Installed In Open "t ~'lO. 00 Field With New Base ~1.0. 00 $ EA COlIIPlete and in place per EA L-125-5.1. c L-861T Taxiway Edge Light 69 34 (Zlevated, Blue) Installed In Open ~+o. ,"0 Field On Exi$ting Base $ J "tJ ~ l..q. 00 EA CQlli,plete and in place per EA L-125-5.1.d L-850C, Inset IUgh Intensity Runway Light (HIRL) [Clear/Clear] Ins.talled on bisting concrete 70 2 Enc<!,sed Base Can. Adjust Concrete Base To .Meet New Pavement lq"o.oo Elevations. $ '3 ~ 0 o. oc) EA C~le~ iUld in place per EA L-125-5.1.e L-850C, Inset High In ttlllsi ty kunway Light: (HIRL) [Yellow/Clear) 71 2 InsJ;:allEld on Exi'sting Concrete Encased Base Can. Adjust Concrete Base to Meet New Paveln~nt 19.0().~o Elevations. $,~'90.o. 00 EA Cpmplete and in place per EA L-125 5.1. f L-B62, Elevated High Intensity 'Ilunway Light (IHRL) [Clear/Clear] 12, 18 Install ed On A New L-861B/D Deep Base Call Installed In New Paved 1110.00 $10..1>'-1' 1>.10 ShO~lder. ~ Complete a,nd in place per EA L-12S-5.1.g L-862, Illevated High Intensity Runway I.o1ght OURL) {YellOW/Clear] 73 38 Insta,llE!(l On A New L-867B/D Deep Base Can Installed In New Paved $ '-fl, q ~O..o Shoulder. I I') o. 00 1i:A Complete and in place per SA 1:.-125-5.1. h L-862E, Blevated Runway Threshold 71 16 Light (Green/Red) Installed on $ 2.S>M~~ 0 " Existing Base Can. I 1. SO- ." --- SA C<:lllllpl~te and in place peit" EA L-125-S.1. i LaS8B, Runway Distance Remaining 75 5 Sign Installed on Exi sting Concrete Base. $'0000 00 $ .l_~~E~ ~ ____n.._ EA Complete and in place per EA REVISED PROPOSAL FORM Page 8 of 21 ADDENDUM NO il A TTACHMENT NO 12 RtJNW1U' 17. ~5 IMPROVBM:ENTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRF *D VRAINAGE IMPROVEMENTS PHASE 4 ~ (CJ;'T'V;LPRaJ 110. lOOO:lj ! H II.I IV V Ip Q'1'Y '" UNIT DEtSCrii>tion Unit Price Total L-12S. 5.1. j L-858 Airfield Guidance Sign, 7' 1 Single li'ace - 1 Module Installed With A New Concrete Base. d~()O. O() $ )~OO. 00 RA CoIIIplete and in place per EA t~125-S.1.k L-1l58 Airfield Guidance Sign, 17 ! Double Face - 1 Modul e, Installed With A New Concrete Base. 3'ij 00. ~o $ ~ <aOO. 00 EA Co;mplete and in place per EA L~125.-5.1.1 L- 858 Airfield Guidance Sign, 71 5 Single Face - 2 Module, Installed With A New Concrete Base 4-~oo. 00 t;l1. ,1;)~o.OO -- Complete and in place EA " EA per L-l25-5.1.m L-858 Airfield Guidance Sign, 79 1 JlQuhle Face - 2 Modul e , Installed Ou Exist.ing Concrete Base. l(.~ 00 . 00 $ cf-40o o. C>> EA Complete and in place per EA L-U5-5.1.n 1:.-858 Airfield Guidance Sign. 80 4 Double Pace - 3 Module, Installed on Exi sting Concrete Base. l..J.oo. ~D $ _~_S ,LOQ. 00 LS C(:>mplete and in place per LS L-125. ~5. L 0 L-828 (constant Current Regulator (6.6 Amp, S-Step, 30 KW) & 81 1 :Modi fications to Ibcisting Airfield Lighting Control System and CCR's 1'+.000. eo $ )'+..OfO. 00 At Airfield Electrical Vault -L-_ LS CoiDplete and in place per LS L-125-S.1-p L-867D Base Can Installed in Paved ~~O.l)O $ Q'lOO.OO 82 10 Sh'OUlder 1Q COBlphte and in place per EA L-l.25~5.l.q 83 1 w..LS ThreShold Bar Rehabilitation l.~O()O. 00 $20~ ~OO!..OO I:.S C~lete and in plaCe per LS gp A~47 Allowance for Pre~Construction 81 1 Exploratory Excavations (For Bidding Purposes Only) $ 40,000 $ 40,000 LS COIIIplete and in place per LS SP-4 3,993 OSHA Trench Safety System (Storm l.-,.~t~.. $J1)S2~.7o 85 Sewer) LF Complete and in place per LF FZEVISED PROPOSAL FORM f'2ge 9 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 .......'"' ~- ,"'\IRFIELD DRAINAGE IMPROVB-M&NTS PHASE 4 . -,-'U.V,C"jG"";:', ~'jOULDERS L1GH'I'-NG, BLAST PADS, SIGNAGE AND (CInpRQJ NO. 10001 ) -' II III IV V rp on &. UNIT Des,c:tiption Unit Price Total .~ 'l'X-ti' H 298 6- Flexible Base (TY D) (GR 2) al. 0 0 $ (.2.58.00 SY COll1plete and in place per Sy T:I-260 87 298 6- !.file Trea ted Subgrade (6%) , <.,. <) 0 ,$ Lf7"'a.oo sy GJ:aplete and in place per Sy 'J.'X-260 81 4 Lime {Hydrated, Dry} \2.D.OO $4-~Q.oo TO~ COlIIplete and in place per TON . n-275 89 32,611 6. Cement Treated Base (RAP) {Dans ity Control} S.4.o $ 1""7 ~JOqCf.q.o SY COJIlplete and in place per Sy 'l't-3.o 90 32,775 1.5- lilGc (TY D) ~.O 0 $2(,~loo.oo BY Complete and in place per gy TX-HO $ ~ ;.S S'~.C.O 91 8,889 2- BMAC (TY D) 9.4-g Eft Complete and in place per SY n-340 92 32.611 2.5" IDQC (TY B) <=1. "" 0 $ 3 o~ 5'4-3.'4-0 ecm,plet~ and in place ~ SY per SY 1'X-432 93 947 Riprap (Stone) (Dry) {Type R} (8. ) ~~. 00 S 62.~) 'tt~.OO -- SY eo.plete and in place per BY 022012 94 L40 Trench Safety for Ex c a va ti OI!.S \. (" 0 $ ~~'+. 00 (Force Main) LF Caeplete and io place per LF (126602 95 140 8" PVC Force Main {Restrained (, 'a " o. 00 Joint Pipe and Fittings) Cf't.PO $ ---- L1i' CoIllplate and in place per LF 026602 96 14 16" (mi.n . ) Steel Casing (incl. ~CoO. 00 spacers and end seals) $ S'O~O.OO LF Caqplete and in place per EA U26602 97 1 2" ARV AS.E!Illhly and Manhole K"SOO.OO $ "'l SOO.OO RA Cl.:inlplete <md in place per LF REVISED PROPOSAl FORM Page 10 of 21 I\DOENDUM NO 8 ATTACHMENT NO. 12 ~- - RtmWAY 17-35 IMP~OVEMBNT.$. SHOULDERS, LIGHTING, BLAST PADS, SIGNAGJ;: AND AIRFI'tD DRAINAGE IMPROVEMENTS PHASE 4 (CI'n.~ NO. 10Q.0.1) I' :n: I;n IV V I. QTY . Ul(IT D.ascription Unit P;rice Total ALLOW .ikllowance for Runway Surface and 98 1 BaSe Repairs (For Bidding Purposes Only) $ IOO,OOO $ 100,000 LS CaapIete and in place per LS PUN 99 2 Gravel Road Entrance (NAVAID J\ ~O. OD Access Road Repairs) $232.0'9. EA COI!tPlet.e and in placa per EA SUTCH - ADDl!ltroDM 4 $ .2 ] 4) O. 0.. lOG 1 Se~rity Grate 7'x4 . RCB '2300.00 EA CQalplete and in place per EA ":isI)PEHOUM 4 101 1 Security Grate for 4 . x.) , RCB .2.000- 00 $ 2. "00.00 l:A COJIlplet-e <lnd in place per EA SJEB'rCH -IDDENDUM -I $'3~oo.C)o 102 2 Securi ty Grate for 36- RCP 17 00. 00 llA Comp1. e t'e and in place per EA - TOTAL BASE BID (PROJ 10(01): $ C.,?'l 'l.CD\.f'"l. '10 (BID ITEMS H02) ~ -' """'" f~EV/SED PROPOSAL FORM Page 11 of 21 ADDENDUM NO.8 ATTACHMENT NO. 12 ~""'...... CORPUS CHRISTI IN'l'BlUfATI01QL AJ:D~T .RtmwAy 17/35 nrPROVlDilDr'l's, Sli~, LJ:~. BLASI' PAnS, Sl:GJfAGE.~ AiJUi'IELD DRAtlfAGB DlPROVDQlrS (PHASE 4) & CCU APRON PBASlj; ~ WBSTcBIDE (?ARlC:IW) ADDITIVE BID ALTB~~B NO.1 COMMER~AL AVIATION APRON PAVEMENT REPAIR (ADDITIVE BID ALTERNATE NO.1) (CITY ~ NO. lOO(1) I IX UI IV 'V' :t~ gry & Dlf1T Descriptidn unit Pric~ Tota.l G-500 $23Jooo '00 Al-l 1 Hobilization (Bid Alt. No. 1) 2joOo. OQ LS Complete and in place per r..s P-101 AI-J 230 Rf!!DOve Pave;Jn\llnt (Conc.rete) (Apron) /(,.00 $ 17) ~~o.oo BY C'-P1ete and in place p.er SY P.-l01 Al-3 2,528 .~ve Pavement {Asphalt} (Apron) <0''+0 $ ( ... 11 ~ .1.e) BY 'Comp'lete and in pla;::s BY J per P-IOl Al-4 480 Sawcut Pave211ent (Aspbal t) <;'.30 $ ~o .2. '-4-. 00 LP' U~lete and in place per LF P-iS2 Al-S 1,073 maclas.i.fied Excavation lo.C)o $ \0,,30'00 Co~let;e and in place , CY per CY P-155 Al-6 2,S2e .Lue-1'rea ted Subgrade (8n) 2.. (,,0 $ C,S12..~o SY CODtplebe and in place per SY P-lS5 ;..1-7 46 Lime (6% by dry weight) 12.. \. 00 $ SS '(.,'00 TON Complete and in place per TOR P-Z09 Al-8 512 C:rtl~hed Aggregate Base CourSe ~~. 00 $ ~3, ooS.OO CY CQIDI)lete and in place per C'i P~501. Al-9 2,758 Portland CEllll&nt Concrete Pavement (IS") ISS-.oo $ '{-2.1J~'o. 00 BY ~lete and in pla<:e paX' Sy P~602 1.50 Al-10 632 B.1tuminO\1s Prime Coat $ llt 2,.00 GAt. COIlrplete and in place per GAL p- '6'1'15 Al-ll 2,760 Joint Sealing Filler S.80 $ I b 0 O~.l;)O CompJ.ete and in place " uF per LF P-620 AI-12 200 Apron Painting (Whi ta) (Reflective) ~- $ IJo.DO SF COl:Uplete and in place per LF P-620 Al - 13 100 Apron Painting (Yellow) (Reflective) O.Cp~ $ ~S .00 SF Coaplete and in place per SF P-~20 Al-14 110 Apron Painting (Red) (Reflective) O. CpS $ 7\.50 Caaplete --.~._~ SF and in place per SF 1>-fi20 AI-IS 50 Apron Painting (Black) (Reflective) O. t..S $ ~"2.1 So --- SF CO:lllplete end in place per SF SUBTOTAL ADDITIVE BID ALTERNATE NO. 1 (PRW 10(01), $ b'l ~I S ~ 'to I) 9 (8'0 ITEMS A1-1 TO A1-15) REVISED fjROfJDSAl FORM 1;' OF 21 ADDENDUM NO.8 ATTACHMENT NO 12 ~"""'''~ C01U>US cmuSTI IN'1'ERNATIQNAL AIRPORT RUtMA;Y 17/35 IlfPROV'1DmN".FS, SROULDlms , LZGllTntG, BLAST PAnS, SI~ AJm A~ Dp.,J.:nnn'DlPRovm.rr-s {PJlASB 4} & CCIA APRON PRASE 2 WRS'l'nDE (PARIUNg) ADDITIVE BID AL'l'ERNAn lo10. 2 COlA _08 PHASE 2\VESTstDE (PARKING) ADDfTNE BID ALTERNATE NO.2 {CITX IIiR.QJ NO. lO~7} :t"T II XII: I'i V- IT. Q'1'Y &: ttI'n' Description t1llit Price Total G-500 A2-1 1 Mobili:&ation (Bid Alt. No. 2) ~ 000. Co $ 't'ooo.OO LS Complete and ill place per LS 1l-700 A2-2 3,750 Remove Asphalt Pavement and Base 4. ~ 0 (park1ng) $. 1.~ '150.0", ComplQ1:e and in place Sy J SY per ,G-700 AZ-) 6 ReJnove Pipe Bollard I Guard Post and Foundation 2S"0.oo $. I S' 0.0.00 ,!A Complete and in place per EA G-700 A2-f 1 ~lamOve Li,ght Pole FQl1I1dation 1000. 00 $. ~ooo. oc) -- aA COIIIplete and in plaGa per EA ~-1 00 $J 420.00 A2-S 20 R@llove Fence Post Foundation 1'.00 BA COliiplete and in place per EA 9-700 A2-6 200 RemOve Chain Link Fence and Foundations -=t.OO $ \80(). 00 L.F Complete and in place per LF 0-700 A2-7 1 14-00. 00 sl"f-oo.oO .Remove Concrete Enoased Duct Bank LS Ccmplete and in place per LS 1>-152 A2-8 618 :tTnclass.ified Excavation I ~ 0" ;$ ~CoS"'2"OO C!'{ oCo.ple t.e and in place per IT F-1.62 A.2-9 20'0 Ohain - Link Fence (4' ) ('.00 $ 3ioo.oo LF C-~lete and in place per LF 0-247 A2-10 3,750 10. Flexible BaSe (TY D) (GR 1) I ~ 00 $ 49,150.D~ Camplete - BY and in place per Sy TX-260 A2-1l 4,365 6" Lime Treated Subgrade (6%) Lf.'fo ~ \'20".00 Sy C01Ilplete and in place J per Sy 'I'X-260 A2 12 59 Lime (Hydrated, Dry) 12.\. 00 $ { f 3~.Qa TOll Complete and in place per TON TX-340 A2 13 1.454 4" IDtA C (TY D) 1.0. 00 $2c))o~o.oo Sy Complete and in place per SY RE'/ISED PROPOSAL FORM 1:< ,)F 21 ADDENDUM NO. B ATTACHMENT NO. 12 CClA"RON PHASE 2 WESTSJOE (P-ARKJNG) ADDITIVE BID ALTERNATE NO.2 (CITY~' ~o. IOn} . XI :l.tI IV V ti/ft. 1Dn'1' D&a.cd;Pt1<1h unit hice Total n-31.0 A2-J.4 2,2-911 ~. H;lJAC eTY D) I 0.50 $2,+) 10&.00 Sl c;!P1llPl~te and in pla(:e :per Sy TX-340 11.2-15 1 JJMAC speed Bu:mp (20 'x4 ' ) ISoo.oC) $ I s 00. ~C) Ell. Complete and in place per EA P-602 3.So ~1.~).()O 11.2-16 938 BitUDainous Prime Coat $ GJ\L Cp,mplete and in place per GAl, D-754 11.2-17 615 Reinforced <> 9.00 ~h.K2.o. 00 Concrete Pavement (6") $ C()mpl~te and in - SY place per BY' TX-666 .Refleetorized PaveJIlent Marking A2 -18 1,376 (TY 1. Yellow, 4", Solid. 100 $ t"l~, '*'0 ~i1) OdDS LP Complete and in place per I..F SUBT0'l'1IL ADDITIVE BID A.t.Tl:RllATE NO.2 (PROJ 1097): $ '2 "3 0, \02 ~ t{.\9 (BID ITEMS A2-1 TO A2-18) REVISED PROPOSAL FORM 14 OF 21 ADDENDUM NO. B ATTACHMENTNO 12 CORPUS CHltISTI I.m'BRNAnONAL MRPORT IW$tAy 17/35 DlPROVBMKN'.rs ~ SH'Om.nBaS, LI~. BLAST PADS, SI:G.IlIAGB AND A!U'!BLD D1l:A.tJfA~ INPROVEJlB:lITS (PlIU.s 4) CCIA APRON' PHASE 2 WRST.s.IDR PARKING ADDITIVE BID ALTInmA'rB NO. 3 LINE MD...... CUlVERT A (ADDITIVE BID ALTERNATE NO.3) (CITY aoo NO. 10(01) X: n III IV V ~ Q'tY. &: UN1:'.l' Description Unit Price Total G-500 ~<)lQQo.OO A3-1 , ~ili:l;ation (Bid Al t . No. 3) $ ~().Ooo.Oo -'- , LS Complet", and in place per LS G-700 A3-2 60 ~emove Reinforced Concrete :t "t-. 0 () Pavement (Drainage & Slope) $ I ~'tO. QO BY CPlIlJi>lete and in place per Sy G-7{)1) A3-1 180 Remove Cllain Link Fence and Foundations 12..50 $2.2.50,00 LF Complete and in place per LF G-700 A3-4 1.894 Remove 65" :It 43 " CMPA Culvert '3.00 $ 2-'+.'22... 00 and , 1.F COIllplet~ in place per LF (4-70.0 A3-S 160 lt~ve 8" Sanitary Force Main 2.1. ~() $ 33(,.0.00 LF Complete and in place per LF 1'-101 6 361 RemovE' Pavement (Asphalt) 1\3 7. )0 $~(,,3S'.3o (Taxiway) (Appx 12") SY CQroplete and in place !)er BY P-lll1 A3-7 750 Sawcut Pavement (Asphal t) 5".00 $ '37 6' o. 00 LI' Complete and in place per 1.11' P~152 y. 00 1\3-8 15.000 Drainage EXcavation $ {2. O. Qoo.il1o Cy Complete and in place per CY P-lS2 .- A3-9 5,000 Rmbankment in Place <:.00 $10,ppo.po C'! CdIllplete and in place per CY P-153 A3-10 192 I 2.~. 00 $ 'l..l. 8" O~.~O Controlled Low Strength Material CY Complete and in place per CY P-156 A3 - 11 1,920 Temporary Silt Fence S. 00 $ 'l '-00. ~4 LF C<Jmplete and in place per LF P-156 1\3-12 1 Temporary Rock Fil ter Dam 1 ~ "0. 00 $; 1100.00 EA COlIIplete and in place per EA P-209 A3 - 13 239 Crushed Aggregate Base Course ~'f .00 $ 1.( . 0 )2.00 Conplete and in , c-.y place per CY P-401 A3 - 14 238 Bituminous Surface Course ~~.40 $ 11.~~~.oo TON Comp~ete ~d in place per TON P-602 A)-iS 361 Bituminous Prime Coat ~'-~ $ (2. <0 ~. s " GAL Complete and in place per GAL REVISED PROPOSAL FORM 15 OF 21 ADDENDUM NO_ B ATTACHMENT NO. 12 -..- LINE Mqo4 & CULVERT A (ADOfTIVE BID Al TERNA TE NO 3) (CJl'Y,.!lROJl ::). 10Q01) J IX II.! rv V :I1IIII \lft it l;JJttT DescriptiOn tJriitPriae Total ~~U2 A3~16 180 Chain-Link Fence (6 ') (wi Barb $6(.00.00 Wlre) 10.00 LF ~l.te and in place per LF D-701 A3-17 840 a' x 5' Precast Reinforced Concrete Box (ASTM C 1433) 3 is' .o~ $ 321, <.I-O().Qo Complete , LF and in place per LF >>-701 3,036 7 . x 4' Precast Reinforced A3-18 Concrete Bo:x (ASTM C 1433) 6~S:.oo $/,01"7.0\.0.0<) - - LF Complete and in place per LF D-751 A3-19 6 Inlet (Area, Type A) ~( OQ. 00 $11. t., 00. oQ Complete place " EA and in per EA D-754 A3-2:.o 2,107 Reinforced Concrete Slope Paving .$ t t S) '+1 ~. Ot) (S- ) ~~. 00 Sy Complate and in place per SY D-752 Reinforced Concrete Haadwall, A3-U 1 Apron and Wingwalls for 2 . 8'xS' RCB Culverts (0" skew) .l,,\-. o~. 00 $2.. "t, <)00. 00 , RA C~let. and in place per &A D-752 Reinforced Concrete Headwall, AJ ..2:1 1 Apron and WingwaJls for ) - 7'x4' ReB Culverts (3 O~ skew) 11.,000,01) $ )2.000.00 Complete , RA and in place per EA D-752 A3-:aJ 1 Cast-In-Place Junction Box wi M.a.nhole Access I SJ \)<ao. 00 $ I S',QOO. 00 :!fA. Co!nplete and in place per EA T-!fOl A3-24 8 Seeding i1 0 P. 00 $ 13 boo.oo - AC Complete and in place per AC '1'-91)4 AJ-25 500 Sodding 10. o. $ SOO~. 00 SY CO.lllplete and in place per BY 'I'X-247 A3-26 166 6" F1.exible Base ITY D) (GR 2) .lO.oo $ ~62.0. 00 Sy CQJ:Ilp1.ete and in place per BY '1'X~260 A3-27 166 6" Lime Treated Subgrade (61\;) , ~. 00 $ ~ Co Sfo..o -- Sy Complete and in place per SY TX-260 A3-28 2 Lime (Hydrated, Dry) ll\.oo ,$ 1 't-'2. -0 TON Complete and in place per TON TX-340 2"2.'''0 A3-29 96 1. 5. HMAC (TY D! $ 2l \~.~O -------- Sy Complete and in place per SY TX-432 AJ..30 ':>97 ~S.oo $ J.o) R<ts. 00 Riprap iStone) (Dry) (Type R) (8" ) SY CoIlli;>lete and in place per SY REVISED PROPOSAL FORM lo0F 21 ADDENDUM NO.8 ATTACHMENT NO 12 ......"-..,- , LINE MCM& CUI,VERT A (ADDITlVE BID ALTERNATE NO. 3} (CITY Mal~_ lOOOl) I Xl: U:r :tv V 1". 'on & mtt'I' >>tl'acr.i,.pt.:ton flDi't PdcEt Total '02..2022 A3-U 160 Trench Safety for Excavations I. bo $2S~.oo (Fprce Main) LF COlD,Plete and in place per LF 026602 A3-J2 160 8- PVC Force Main (Restrained l~. 0 0 tf.<o ,,"0. 00 Joint Pipe and Fi ttings) $ LF Coq>lete and in place per LF 026502 A3-33 34 16- (min.i Steel Ca~i.ng (incl. ~pacers and end seals) 2.00.0 g $ " -gOO. 00 LF Cquplete and in place per LF 026602 A3-M 1 2- ARV Assembly and Manhole ~ SOO. l>o $ ~ 5'"00. Po EA COIIlplete and in place per LF SP.4 A3 - 35 1,432 OSHA Trench Sa.fety System (Storm <=t.Oo $ fl,t!'! .00 Sewer) - LF Complete and in place per LF SUBTOTAL ADDITIVE BID ALTERNATE NO. 3 (PROJ 10001): $2)'04.9, <i~c;. 'lo (BID ITEMS A3-1 TO A:f-35) REVISED PROPOSAL FORM 1 7 OF 21 ADDENDUM NO, 8 ATTACHMENT NO 12 ,."..,.......- - BID SUMMARY TOTAL BASE BID (BiD ITEMS 1-102) (PROJ 10001): $ ", ~ 2 CO. 0'+<1.1.0 - TOTAL ADDITIVE BID ALTERNATE 1IlO. 1 (BID ITEMS TO A1~15) (PROJ 10001), Al-l $ S 1 \ I S ~q. 0 D - TOTAL ~D:rTIVg aID ALTI;:RNATE 110. 2 (BID ITEMS A2-l TO A2 - 18) ("OJ 1097): $ 2 30 \ -0 ). '*0 J l'OTAL IbDZTIVE BID AL"XERNATE lfO. 3 nUD ITEMS A3 -1 TO A3-35) (PaOJ 10001) : $ 1-) 04-~.J ?<o(1.~O ~~~EF~~~~~I REVISED PROPOSAL FORM 180F21 ADDENDUM NO.8 ATTACHMENT NO. 12 ~~y......- The tJndersigned hereby declares that he has visited the site and has carefully examined the plans I specifications and contra.ct documents relating to the work covered by his bid or bids, that he agrees to do the work, and that no representations made by the City are in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as requlred) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi In the event che contract and bonds are not executed within the time above set forth 1S liquidated damages for the delay and additional work caused thereby. Minority/Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE and DBE firms participating in the contract and a description of the work to be .pE'rEarmed and its dollar vaLue for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be pTepared in not less than four counterpart (original signed) sets_ Time of Completion: The undersigned agrees to complete the work within 250 calendar days from the date designated by a Work Order. rhe undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered ,. by this proposal, in strict accordance with the contract documents and the req:uirements pertaininq thereto, for the sum or sums above set forth. Receipt of 'he following addenda is acknowledged (addenda number): I J 2..} ").;' '{) ~.J <0) 1.1 '1_ '_n Respectfully submitted: (SBAL IF BIDDER IS a Corporation By: L+ J. Name: ,.~ NOTE Do not detach bid from uther papels Fill in wlth Hlk and submit complete with attached papers. (SIGN: Address: , ~ 0 , (P.O. Box) Cevl"'~ c.~l'~s-\-\ \^_ .-' (C ty) (State) Telephone : 1... ,.. 2 q q _ l''l..( ~,.. (Street) I ''4-Co~ (Zip) (Revised A1.lguSt 2(00) :~E\!I SED iP.(.l;JGSAL FOPM I ADDENDUM NO. 8 ! ATTACHMENT NO.1? ~."~ The Contractor will commence work within ten (10) calendar days from date they receive wrltten work order and will complete same within 250 CAL~AR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor In ;t.,. current funds for performance of the contract in accordance with the Contract Documents ~s. the work progresses. Signed in -L parts at Corpus Christi, Texas on the date shown .. above. :::L~ C~ ~PUS CHRISTI By:. :J...~~ Ronald F. Massey, Asst. Ci of Public Works and Utiliti APP~ 'l'O ~.FORJlI By: ....... I 'ntr.lt Lt.(J(1U/Y Asst. ty Attorney I ~ Escobar, P.E. of Engineering Services CONTRACTOR ATTEst: (If Corporation) 'PD.b1i~t() ( Seali\Below) Bar LP dba Ba Ltd. By: (Note:; I~ Per.on signing for C~:l:...'.. t.... on i. not Pre.ideat, atta . CQpy of autborizatioa to .) Title: N\ ^ ~f" . P.o. BOX 9908 (Address) CORPUS CHRISTI. TX 78469 (City) (State) (Zip) 361/299-3721 * 361/289-2304 (Phone) (Fax) Agreement Page 2 of 2 ~~- ?u."'lM<UL ,,1' COUHC,l____--l:t2-_11Qi:_ SECm~w '~_><c,- sL.~=" '. . :: .'.::: ~':f~~;:~":'!~H~;(:.ti": SPECLAL MEETlliG OF lvLWAGERS 3ERRY OPER.ATING COlV[P ANY, LLC January 8, 200~ ...;~~;1~1 .!;~f1 ..' ~?~ .l,~ ~ >~ ';i .;~ Berry Operating ~~ompany, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8th day of January 2002. Edward A.Ma;rtin~ President, presided as Chairman and DonEtta Beaty served as Secretary~ , All managers' Werepresent and waived notice'of call and purpose of meeting. 11r. Martin said that with ~ re'signation of Howard Kovar, D. \V. Berry had been named interim DiviSIon ?4anager for the Highwav Division. He further said that the plL-rpose of this meeting WaS and to name t~eindividuals authorized to act for and on behalf of Bay Ltd.:tpghway' . Division in connection with matters relating t9 the Texas Department ofTra.ilSpyrtation andot"fJer state,municipa1, federal, quasi governmental entitiesand'private bodies. RESOL VEL\t1i~l.t the folloWing named individuals be empowered to ad ' for and on behalf ufBay Ltd. as to the making and sig:rling ()f c~htracts; bonds, bids, offers or other arrangements and revisions; ~hapgeS; or . modification of same as the needs ofllie COmpany may require. K. J, Luhar D. Vi. Berrv M. G.Berr/ A. 1. Berry Edward A. Martin D. E.Spangler President Vice President Vice President Vice President Vice President Vice President FURT~R~S'9LVED that in the eveIlt D. W.Berryis1.1.llavailable, Mr. Jon Lentz is empowered to sign contracts, bonds,bids, offers or arrangements and revisions, changes or modifications of same as. the needs. of the Highway Division ofEay Ltd. may require, herep:y ratifYing and' affinning all such ads. FURTHER RES 01. \!ED that Jon-Lentz, Estimating Manager and James V/right, AcLuinistra:ive Manager are specifically empowered to act for and on behalf of Bay Lti L to sign "Proposal To the Texas Department of . Transportation" . FURTHER RESOLVED that the Secretary-Treasurer be and is herein authorized and directed to fiLTIrish a certified copy hereof to any interested ~ ( S?'t,tf~');i~l~",. pcu:-aes ~0li+h the Lnovvledge actual receipt of-'mtten notice F=:vocatioD )f sue:1 authority. Approved Correct: ~~~d~ , . ~f~:~t~ . .~.. .~;, ;.f~:-~:~} .. ; :t. .~:'~l _:<~\"'~ : -".il' -,c-,-:~ . -.1 such parties sill rely upon same until change, deletion, Inodification,or A;ttest: If1.vJ .f ~-~ ~2Z() DahEtta Beaty, Secretarl) Certification of Secretary I, IlbI1Etta Beaty, Secretary of Berry Operating Company,LLC certify 1:4at the above are IJ:JiIf1tes of a special meeting oime Managers ofBeny Operatipg Company; LLG general Pa:rilPer of Berry 'Contracting, LP dbaBay Ltd. held onthe date shown above a:iidfuat suel resolution was validly adopted at the Managers meeting at which a quorum was presl:nt and such resolution is a continuing resolution and is presently valid and in full force and effect this the 8th ciay of January 2002, to which witness my hand. Ax~ DonEtta Beaty, secret~ - .........:""'''.....,. ..... , "",.-_ .-.,...-....",......._ _.,..__ _.'._ _n"-- PER FOR MAN C E BON D BOND NO.929337367 STAT. OF TEXAS ~ COmnr OF NUECES ~ KNOW ALL BY THESE PRESENTS: l'BAT Berry Contractina. LP dba Bav. Ltd. of NUECES County, Texas, hereillafter called "Principal", and CONTINENTAL CASUALTY COHPANY a corporation organized under the laws of the State of ILLINOIS and duly authorized to do business in the State of Texas, hereinafter callee! "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of HIRE MILLION. SIX HUNDRED SEVENTY- EIGHT'1'IIOUSARD. FIVE HUNDRED NINETY AND 40/100 ($9.678.590.40) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by t~hese presents: SB CONDITION OF principal entered into Christi, dated the 29TH attached and made a part THIS OBLIGATION IS SUCH THAT: Whereas, the a certain contract wi th the Ci ty of Corpus of AUGUST , 20~, a copy of which is hereto hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT R~Y 17/35 IMPROVBM8HTS, SHOULDERS, LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEllDlTS, PlIASE 4 &: CCIA APRON PHASE 2 WESTSIDE (PARKING) - PROJECT NO. 1097 (TOTAL BASE BID + ADD.ALTS.l1,12,#3: $9,678,590.40) ~w, THEREFORE, if the principal shall faithfully perform said work in acaordance with the plans, specifications and contract documents, inclucllng 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. PaOVIDED 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 suah 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 lS given to meet Vernon's Civil StatuLes of 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 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 I s Texas Insurance Code. ZN WZTHESS WHEREOF, this instrument is executed in ~ copies, each one of which shall be deemed an original, this the 13TH day of SEPTD!BEF .' 20~~ PRZNCIPAL BERRY CONTRACTING, LP DBA BAY LTD. By: \::\~ ~ ~ =::-~ Q..,~~ - e.. S'. +-'. ~ (Pr1nt Name & T1t e fit . / , 'ck.TMJrrVYY\Q tQ Secretary peJ ilidiz .Tt{A.mm~! I (Pr1nt Name) SURETY CONTINENTAL CASUALTY COMPANY By: ~6--tA.-/.. c!.e"'~~ ~~~ AttorneY-i~act HARY ELLEN NOORE (Pr1nt Name) Tbe ..,.ldent Agent of tbe Surety in Nueces County, Texas, for delivery of notidt and service of process is: A :3WANTtJER & GURDCiN INSURANCE AGENCY gency: Cont.-ct Person: ~1ARY iLLEN r100RE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 361-8F3-1711 Ph.. Number: (NOTE: Date of Performance Bond must not be prior to date of contract) (Reviseia 9/02) Performance Bond Page 2 0 f 2 .~........ PAY MEN T BON D STAT. OF TEXAS ~ BOND NO. 929337367 KNOW ALL BY THESE PRESENTS: coUN'Jr OF NUECES 5 ~T Berry Contractina. LP dba Bay. Ltd. of NUECES County, Texas, hereinafter called "principal", and CONTINENTAL CASUALTY COMPANY a corp~ration organized under the laws of the State of ILLINOIS and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of NINE MILLION. SIX HUNDRED SEVENTY- EIGH~TBOUSAHD. FIVE HUNDRED NINETY AND 40/100 ($9.678.590.40) DOLLARS, lawful money of the IJnited States, to be paid in Nueces County, Texas, for the payment of whLch sum well and truly to be made we bind ourselves, our heirs, executors, adminlstrators and successors, jointly and severally, firmly by these presents: t'HI: CORDITION OF THIS OBLIGATION IS SOCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 29TH day AUGOST , 20~, a copy of which is hereto attached and made a part hereof, for the construction of: CORPUS CHRISTI INTERNATIONAL AIRPORT R,*,AY 1713 5 :rMPRO~S, SHOULDERS, LIGBT:ING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMBNTS, PHASE .& &: CCIA APRON PRASE 2 WESTS IDE (PARKING) - PROJECT NO. 1097 (TOTAL BASE BID + ADD.ALTS.#1,#2,#3: $9,678,590..&O) lOW, THEREFORE, If the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corpocations 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_ tROVIDED 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 chang" extension of time, alteration or addition to the terms of the contr.ct, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 --............... -,'-.'"",- "" ~"~ _...-.,..."._..-..~.._>>.-.~ This bond is gL ven to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant", "Labor" and "Material", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon I s Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in ~ copies, each one of which shall be deemed an original, this the 13TH day of SEPTfMBER 2 O~_ PRINCIPAL BERRY CONTRACTING, LP DBA BAY LTD. BY~~ -::J 0, L~~h-l:"t:~.i-',,=, (Prlnt Name & Tltle) )y\"", j.... ATT~,\ /}b' ~T~_ Secretary ftL'NdQ. Tramme..l { (Prlnt Name) SURETY CONTINENTAL CASUALTY COMPANY BY:~~, ~/~~ ,$~~ At torn~~i"1- fact i'1ARY ELLEN MOORE (Prlnt Name) Tbe RlIs.:l.dent Agent of the Surety in Nueces County, Texas, for 'delivery''bf notidf and service of process is: Agency: SWANTNER & GORDON INSURANCE AGENCY Cont*,t Person: MARY ;:LLEN MOORE Address: P.O. BOX 870 CORPUS CHRISTI, TEXAS 78403 Pb.e Number: 361-883-1711 (NOTE: Date of Payment Bond must not be prior to date of contract) (Revise4 9/02) Payment Bond Page 2 )f 2 ~,~,",t_~ ACORD.. CERTifiCATE OF LIABILITY INSURANCE OP 10 NIl DATE (MMlDDIYYYY) BERRY-4 09/13/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Swantner , Gordon Ins, Agcy-C'~ HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. o. Box 870 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Corpus Chri.st~ TX 78403-0870 Phone: 361-883-1711 Fax:361-844-0101 INSURERS AFFORDING COVERAGE NAIC# -'. ---."-'-'-"--"--- -.-.-..- --.-..,- INSURED INSURER A Zurich American Inaurance Co. / INSURER B St..d.f'aat !n.urance Company ~raaContracting, LP ~, Ltd. INSURER c' P. O. OX 4858 INSURER D: C~us Christi TX 78469-4858 i INSURER E: {'55} COVERAGES THE POLICIES OII'lPlSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREM., TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, nllNSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS. SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGG~TE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS N POLICY NUMBER LIMITS LTR A A GL02988700-06 / OS/20/06 OS/20/07 I EACH OCCURRENCE $ $ $ $ GENERAL AGGREGATE $ PRODUCTS - COM PlOP AGG $ 1,000,000 50,000 5,000 1,000,000 5,000,000 5,000,000 A COMBINED SINGLE LIMIT $ v"'1, 000,000 A BAP2988702-06 OS/20/06 OS/20/07 (Ea accident) V ( BODILY INJURY $ (Per person) A BODILY INJURY (Per accident) $ A ---.--.---....-- PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT $ NIY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXC.U_RELLA LIABILITY EACH OCCURRENCE $ 5,000,000 B X OCCUR o CLAIMS MADE UMB929860i6 OS/20/06 OS/20/07 AGGREGATE $ 5,000,000 / $ $ $ X A WC3504558-07- TX/OS OS/20/06 OS/20/07 $ 1,000 000 .; / E.L DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 1,000 000 B OD CPL5336131-02 OS/20/06 OS/20/07 EachClaim DESCRIPTION 0 EMTIONS I LOCATIONS I VEHICLES I BtCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS See not"'d for additional coverage information. Project Name: CORPUS ~ CHRISTI tNTl:RNATIONAL AIRPORT RUNWAY 17/35 IMPROVEMENTS, SHOULDERS, v LIGHTING, BLAST PADS, SIGNAGE AND AIRFIELD DRAINAGE IMPROVEMENTS, PHASE 4 , CeIA APRIN PHASE 2 WESTSIDE (PARKING) PROJECT NO. 1097 1,000 000 Qity of Corpus Christi ~gineering Services ~tn: Contract Adminstrator >>. O. Box 9277 Corpus Christi TX 78469 ~ CANCELLATION CICO-CC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORFTHE EXPIRATIOfl DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR CERTIFICA OUlER ACORD 25 ( 1108) ~'-- !" ::::::: ...,""~ '.' "~If :~~:~:~~~" "~~~T: '.I~:~t~[J~i" c::. }?!;~\l.. ;I:U:'~~;i Additional Insured as required by written insured contract in favor of the Certificate Holder appl~cable to General Liabil~ty, Auto Liability & Umbrella policies. Waiver of .ubrogation as required by written insured contract in favor of the Certif.cate Holder applicable to Workers Compensation, General Liability, Auto Liability & Umbrella policies. Work Comp Includes USL&H, OCS and Maritime at $1,000,000. General L~ility is primary & non-contributory where required by written contract. . .......-- 8 Z\lRICH..AMERICAN INSURANCE GROUP CotlMlRCIAL INSURANCE LIABIL.ITY INSURAN€E for lb. cqyeragepert pt1)vided by: H AMERICAN' INSURANCE COMPANY Th,.ndorsement ch.ngeslhe ~. Please read it cerefuly. j COMMERCIAL GENERAL LJADIUTY COVERAGE PART ADDITIONAL ASSURED ENDOkS~ENT 'UID:J:~;~t~.s~~~~i~.~~~I~~.~::~IS.~jl.~~ .C ........'.. .~~J(). T~Jl"l'rffiS.~(i~prrJ.1t.QM.., .g~$.'11'n9~);~~.BESPE<::T.OF.. . .~911tM>.'~~";9. ....~~gflll~~~fiPA~~..'i.:.,. .' ...':~Jt:~l~mJ;.JqytspRiM~Y c .~~1.JTJO~;:y ..MQ~D'YWRl'TTEN CONl'IlACT.nnS ENDQRSEMarrSHALLNOT TOJJ\lcRfASE1'HE IT OF LIABILITY. COVERAGECijANGE'ENDORSEMENT , InBured: i~: ';'..k...... i" ...... .,.' ".10'.. · . -',-" ". . Qt!rJ:Y ..Coqtracting, LP dba Bay, Ltd. ~.~, ~OO6 - 2007 '~~:;:Insur8nce ('i.,..., vi .;\,~"-'-:_4,'.;-':1l1'1';' .'.- . ',...........- - - --., - -_.,..'- TE 99 OlD ADDITIONAL INSURED This endorsement modifies insurance provided UDder the folJowina: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE PORM TRUCKERS COVERAGE FORM ThiI endorsement chan es the ndorsemem Effective effective on the me lion date oCtile lje: unless another date is indicated below: Policy Number BAP2988702-06 / May 20, 2006 Named Insured BerTY Ccmtracting. LP dba Bay, Ltd. j COUDtersipd by Representative) The provisions U1d exclusioas thlt apply to LlABIUTY COVERAGE 1110 apply to this endorsement. AddltJolUI.ln.ured: City of Corpus ChriIti Dept. Of &sgineerin. Service. AttD: Coonet Administrator P. O. Box 9277 Corpus CbriIti, TX 78469-9277 / / v is an insured, but 0DJy with respect to Je.al responsibility for acts or omis.ions of a person for whom Liability Coverage is a<<Orded UDder this policy. T'IIe add).leaIIIDluM is not required to PlY for any premiums stated in the policy or earned from the policy. Any retum premium and lay dividead, if applicable, declared by us shall be paid to you. You are authorized to act for the Idd'.'onll 'nrured in all matters pertainins to this insurance. We wi)) mail the .dditional insured notice of any canceUation of this policy. If the cancellation is by us, we wi)) give ten days notice to the addfdonll ....ured. The .dd'.".1 'nsured wj)) retain aoy right of recovery a. a claimant under this policy. ,FORM TE " '18. ADDITIONAL INSVRJ:D TUII St.ndnd AII.omoblJe IndoraelDen. P,uulbed by March 19,1992 SOMMERC1AL GENERAL l.lABIUTY CG 02 05 01 96 TH1S ENDORSEMENT CHANGES THE POUCY - PLEASE READ IT CAREFULLY t/TEXAS CHANGES - AMJ:ND~ OF CANCELL.4T10N PROVISIONS OR COVERAGE CHANGE 1his endorsement modifies insurance provided under tb~ followiDa: j ~~=~~~~;oVERAGEPART OWJlffJlS^~gqNflAcrO~PR<n'ECTJVE LlA8IUTY COVERAGE PART ~OIfl.ut!PN~<lIi 1'fJl.1' . :~~c,!g~='......'.<s.ra~Org~~.J*VERAGE PART t:.. event of <:a.nceuauoaor. ~~~e tbat,reduces. ..... orres1ricts the insuraDc:eaft'otdedbytbisCoveragc.Part, we , . to mail prior written noticeofcancelhdion or material cu. to: SCHEDULE c:ity ofC9fPUS~ Dept.Of'~~I.Ilr1& :Services Ann: ~ct.dminislrator . / P. O. ~9277! V Corpus Christi. {]'X 78469-9277 Number of dayaadvancenotice: nURTY (30) .,/ IDJicy Number: BetI'Y COn.-ctinLLP .. Bay, Ltd. GL029st:rOO. 06 ./ vi ._ Insured: "~ve Date of This EndonemillDt: OS/20/06 ~Rcp'_: ~J ..(Printed): R. M..Lee title (printed): ~DlginlPartDer **,5 (01196) -".....~. _..~..".-.- ~-'--.".""................. -_.."",..~._..- '-.'-'.-'- .", -,.,_.-".",- -....... TE 02 02A / CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT 11lIis endorsement modifies insurance provided under the following: I BUSJNJ:SS AUTO COvqt.Ac;~JI'OItM G~GJ:CQ~.l'()~ TRUCKERS COVERAGE FOnt effective on the i tiqu da~ oCtile ^ Ii .uesa another datecis indicated baow: Policy Number BAP2988702-06 ../" ~Con1racliag. LP dba Bay. Ltd. ./ CO\QItersigned by (A~thPrizeClRepresentative) J TaR...TY (30) days before this policy is clJlCeled or materially chanced to reduce or restrictco-veragewe Win mail notice oI4hecanceUa1ion or chanae to: City of ~ g,risti ~.~!=~:S j P.O.Box9277. Corpus Christi, TX 78469-9277 .~~~ ~I I:lm~): R. M. Lee Mailina ..... .... n 01 t2A- CANCE~nON PROVISION OR COVERAGECIlANGE~~El\IJ;NT T~ S:lt..~I~. A... .to...b8ellldorllmeat (Ed.EfIi .. e3J92) ^^- \VORKERS eOMPENSA TJON AND EMPLOYERS LIABILITY INSURANCE POLICY we 420601 (ED. 7-85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT Thil. endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Wannation Page. .tn the event of cance])ation or ottJer material change oflhe policy, we WJl1mail~vance notice lOthe person or organization ..d in the Schedule. The Dumber of days advance notice is shown in the Schedule. nus endorsement shall not opeme directly or indirectly to benefrt anyone not DImed in the Schedule. Schedule J. Number of days advance notice: 30 /' 2. Notice will be mailed to: City ofCoJp~Qhristi ~0(1DI~c:rin. Services Aun:C9JJP'actAdndIlistnlor P OBo:x9~77 . Corp~ Cbristi,TX 78469-9277 ."<;Cndors.,.ntchanICS the policy to which il is attac~ agel is efTective.~ the~a~~~1~~.gt.l1~:stit~4.;. li'tfiinforma1ic:Jnbelow is requirtd Orily when this endorsement il iSluedsubsequel)ttopr~.~ti..or#~licy.) Iotisemcnt ~ffcctive: 05-20-06 Policy No. WC3504S58. 5 / En4olsemeutNo. N/A ......nce Company WC42 06 01 Zurich America;-w Co vi COUDter5iJDed By: ""d Berry Contracting, LP dba Bay, Ltd. Name (Printed): R.M.Lee (Ed. 7~84) Title (printed): M~b1aP..-bJer