Loading...
HomeMy WebLinkAboutC2007-039 - 1/16/2007 - ApprovedF O R M S 11c1/4 (.t 011 ti S P E C I A L P R O V I S I O N S S P E C I F I C A T I O N S A N D O F C O N T R A C T S A N D B O N D S F O R WOOLDRIDGE ROAD RECONSTRUCTION PHASE 2— AIRLINE ROAD TO RODD FIELD ROAD BOND 2004 CYAN STN LN'i ENGINEERMG Engineers & Consultants 801 Navigation Suite 300 Corpus Christi, 'Texas Phone: 361-883-1984 Fax: 361- 883 -1986 FOR CITY OF CORPUS CHRISM, TEXAS Phone: 361/826-7500 Fax: 361/826-501 PROJECT NO: 6266 DRAWING NO: STR 771 : *% EtAs a LEvegoe-CIVi 44" • =� s.Y.r4 sec 27/9r i WOOLDRIDGE ROAD RECONSTRUCTION PHASE 2— AIRLINE ROAD TO RODD FIELD ROAD BOND 2004 Table of Contents NOTICE TO BIDDERS Rev t ed ;% 1/98) NOTICE TO CONTRACTORS - A Insurance Requi re :neat s NOTICE TO CONTRACTORS -- B Worker's Compensaiiot L. erage For Building or Construction Projects For Government Ent t i >s PART A - SPECIAL PROVISIONS F i Time and P Lance of Rec ei,, .. ng Proposa_: s /Pre -Bid Meeting A 2 Definitions and .Aobrev:At iorn. A -3 Description of Project A-4 Method of .Award /Explanation of Bid terns A' Items to be Submi ited wi ; h c'.roposal A 6 Time of Compieric•n /Liquidated Damages 7�. `? Workers Compensat ion i nr urarsoe Coverage A -8 Faxed Proposals F 9 Acknowledgment of Addenon A \ -10 Wage Rates A-11 Cooperation w i _n Publ -get ies A --1: Maintenance . f Services A -1 Area Access and 'Traffic Fontrol A. -14 Construction Equipment :pi11oge and Tracking 1 > - -15 Excavation and Removals . - -16 Disposai/Salvage of Materials Field Office 19 Schedule and Segiencc o Construction A - -19 Construction Pro iect Layout and Control -20 Testing and Cert ficat i%:;1 A 21 Prs,;ect Signs A-22 Mincrity /Minorit. Busin1 =ss Enterprise Participation Policy (Revised 10/98) 2 Inspection Requied A - -24 Surety Bonds /1 25 Safes Tax EKemptleia NOT USED (6/11/98) -26 Supplemental Insurance iiequ: rements A-2,4 Responsibility fe, -- Damao;: C L ims NOT USED A -2E Con - iderations for Cont-act .Award and Execution A -29 Contractor's Fied Administration Staff %s- -3C Amended "Consideration if Contract" Requirements A - -31 Amended Policy o.: Extra Work and Change Orders A-32 Amended "Execution of C ant ract" Requirements A -33 Conditions of Work A -34 Precedence of Contract ``ocuments 35 City Water - Fa-ei-1 ;tiee,3ee 31- Requirements NOT USED ?f Ot ro r Submittal:- Table of Contents Page 1 of "Ar-r-ahnemen-P—,E±nd Charge k)--re Water Furnished by the City" NOT USED A Worker's 2ompensation Coverage for Building or Construction Projects for sovernmerir Entiries 4-434---e=ertificdte-ef- Uccuparey -and Finai_ Aeeep-ta,nee NOT USED ( 10 Amendmenr ro Section f 8-6: Partial Estimates Adylsory A01, OSHA Rules & Regulati(ts /\ 4 mended Indemnificatict & Hold Harmless (9/98) A'44 Change Orders (4/26/99; A- 4H As-Built Dimensions aro Drawings A-Ah Disposal ot Highly Chlorinated Water (7/5/00) A-4' Pre-Construction Exploratory Excavations (7/5/00) A-40 overhead Electrcal Wiles A 49 Amended "Maintenance Guaranty" (824/00) A 50 Hlectronlc Submittal cr Bids 4--5 Value Engoneering A-52 Dust Control !`\--53 Dewaterind and iisposa0 PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARDS SPECIFICATIONS Sectior 022020 Excavation and Backfili for Utilities and Sewers Section 422022 Trench Safety Secrion 022100 Select Material Section 126202 Hydrostatic Testing of Pressure System (S-89) Section D26206 Ductile Iron Pipe and ''ittings (S-81) Section 026210 Polyvinyl Chloride Pipe (5-83) Section 026402 Water Pipe CS-88) Section 026411 Gate Valver- for Water ,iries Section 026416 Fire Hydrants Section 027203 Vacuum Testng of Manhole Section 027205 Fiberglass Manholes Section 027610 Televised Inspection oD Conduits Section 027614 Cured in P] ace Pipe (CIPP) for Rehabilitation of Gravity Sewer Section 030020 Portland Cement Concrete Section J55420 Frames Gates Rings and Covers PART T - TECHNICAL SPECIFICATIONS LCO Preparing Right if Way 105 Removing Stabilized Base and Aspha t Pavement lin Excavation r22 Embankment 150 Blading 162 Sodding lo. Eros:on Corrror i64 Seeding ler Erosion Corirol 166 Fertilize, 60 Vegetative WaterIng 204 Sprinkling 010 RcHing 216 Pro ›f Rol id 245 Flexible Base 301 Aspnalts, oils, Ind Emu,sions 01 1k-pnalt Antrstripping Agentr- 302 Aggregates for 5irface Dreatments iln Prime Coa, Table ( f Contents Page 2 ,■1 7 4 Emuisified Asphai' Tr« atxvnr Surface Treatment: 220 Equipment for Aspralt Concrete Pavement G1 Dense- Grades Hot Mix Aspi.3lt (QC /QA) 0 Excavation and Bas kf i l 1 tar Structure 216 Dr; 1 ed Shaft Four dat.i arie 116 -001 Drilled Shaft Foundations Revision) ,T20 Con=crete Structures 421 Hydraulic Cement _•oncret- 4/4 Precast Concrete 'tructu -es 1Fabrication) 1; 7 Surface Fi r fi shes or Thn set-, 132 Riprap 140 Reinforcing ` :-teei 440 -001 F'einforcing Steel R( .ision) 41 Steel Structures =41 -001 Steel Structures Rer 442 Metal for 2t:ructu es 142 -005 Metal for Streeter € s :Rey• lion) 145 Galvanizing 1 4 7 Str u -tural 1 {olt ins; 148 Structural Field 4eldi no 449 Anchar Bolt 162 Concrete Box Culverts an i Si rm Drains 164 Reinforced t'oncre e Pipe 265 Manholes and Inie' s for -era;. Wage 406 Removing St nct u r is `-00 Mobilization -02 Barricades, Signs and '1 aftic Handling '06 Temporary Enos.ion. Sedimentation, and Environmental Controls a)8 Constructing 2 Portable Concrete Traffi Barrier 2C Weighing and Measuring F.4uipment 28 Colored Textured 7oncretc and Landscape Pavers 25 Concrete Curb, Gutter, and Combined Curb and Gutter 30 Intersections, Driveways and Turnouts ti Sidewalks Wire Fence 6( Mailbox Assemblies H85 Ride Quality for Pavement Surfaces o6 Performance - esting of Lighting Systems b18 Conduit 62e El ectrica -;c nduc t ors 622 Duet Cable 024 Ground Boxes 630 Aluminum Signs e4 Sign Ident i t- catinn Deca s 644 Small Roadside Sian Supuert- and Assemblies 65; Highway Sign Lighting Eaxtures 656 Foundations for Traffic Control Devices o62 Work Zone Pavement Markings 666 Reflectorized Pavement Markings 6/2 Raised Pavement Markings 67 Eliminating Existing Pavement Markings and Markers !£` Pavement Surface Preparation for Markings 680 Installation of Highway Traffic Signals 68I' Vehicle and Pedestrian -an Heads 6.84 Traffic Signal Cables Table al Contents Page 3 [0 7 82'; Traffic Signal Pole Assemblies (Steel) 2S Pedestal Pcie Assemblie AH Pedestrian Detectors and Vehicle Loop Detectors 8"-5B04 Controller Cabinet Assembly (Bond 2004 Projects) 866 Adj,rstable 'olycarbonate LFP Traff:c Signals Spe.ificat -uns for Traffic Signals LEC 8': Uninterrupl ibie Power Supply 88 LED Countdown Pedestrian Signal 40C3 Screw -In Type Anchor Foundations -121 Geoyrid Base Reinforcement 6007 Removing Traffic Signals 6011 Testing, Training, Docurr.entat -ion, Final Acceptance and Warranty 6013 Electronic Components 6038 Portable Changeable Message Sign 6041 Internally Lighted Street Name Sign Assemblies 6266 Video Imaging Vehicle Defection System PART W DRAWINGS Cover Sheet Sheet. Index Location Map 4 General Notes & 'Vesting Schedule General Notes E: Typical Street Sections 1 cJ 2 Typical Street Sections ? of 2 8 Alignment Data Baseline `A Alignment Data Baseline "B" ,_, "C" Control Layout Legend Estimated Quantities Removal Summary Construction and Praffic Control Notes 1 of 3 Construction and Traffic Control Notes 2 of 3 Construction= and Traffic Control Notes 3 of 3 Traffic Control Legend 18 Proposed Construction Sequence Typical Sections 19 Construction Sequence Layout STA 160 +00 to STA 175 +00 20 Construction Sequence Layout STA 175 +00 to STA 191 +00 Construction Sequence Layout STA 191 +00 to STA 206 +60 22 Traffic Control Plan Step 2 Traffic Control Plan Step 3 of 3 24 Traffic Control Plan Step 3 2 of 3 25 'Traffic Control Plan Step 3 3 of 3 26 Traffic Control Plan Step 4 1 of 3 '27 Traffic Control Plan Step 4 2 of 3 28 Traffic Control Plan Step 4 a of 3 11 29 Utility Plan and Profile STA 153 +00 _o STA 160 +00 30 Utility Plan and Profile STA 60 +60 '.o STA 170 +00 31 Utility Plan and Profile STA l'70+00 t,o STA 180 +00 32 Utility Plan and Profile STA 180 +00 to STA 190 +00 i3 Utility Plan and Profile STA 190 +00 to STA 200 +00 i4 Utility Plan and Profile STA 200 +00 to STA 210 +00 5 Omitted Omitted Omitted e of Contents Page 4 cf 7 Omitted Waterline ln,e -In Detail 1 t 4 Waterline Tie -In Detail 2 ,f 4 Wat r_i.ine T << fn Detail > 3 4 Waterline 7H-In Detail i 4 4 Oita i t ed Ut. i ity Sign Cro:.sing Detail Drainage Area Map Drainage Area Mai Drainage Area Map Drainage Area Ma Storm Sewer P &P PTA 160160 To STA 170 +00 Storm Sewer P &P 'STA 170f00 To STA 180 +00 Storm Sewer P &P iqA 180100 To STA 190 +00 Storm Sewer P &P :,TA 190100 Fo STA 200 +00 Storm Sewer P &P _;TA 200x00 Fo STA 206 +60 Storm Water Laterals 1 ,f 2 Storm Water Late. als 2 f 2 Street Plar and Profile STA 160 +62.53 to 170 +00 Street Plan and Profile STA 170 +00 to 180 +00 Street Plar and Profile STA 180 +00 Lo 190 +00 Street Plar and :'rofile STA 190 +00 to 200 +00 Street Plan and ';'rotile STA 200 +00 to 206 +60 1.tersect car, Details "airline Rd. lot->rsect fc.r: Details - ;odd Field Pd Mi1`ing and HMAC Overlay Detail S grs Layout 1 of 3 Sign Layout 2 of 3 Sign Layout 3 of Pavement Marking:, Layou. 1 af 3 Pavement Marking:= Layout 2 at 3 Pavement. Marking ; Layout 3 f 3 Stormwater 'oilu' ion Prevention Plan 1 of 3 Stormwater Pollution Prevention Plan 2 of 3 Stormwater Pollu- ion Pr_>vention Plan 3 of 3 Existing Wastewater Rasemap Existing Water B:isemap Exia3Ling St :: rmwafer Pasmal, Existing Gas Basmap Pavement. Marking Detail PM (1) -03 Pavement Marking Details PM (2) -00A Pavement Marking Detail_ PM (3)-00T- Pavement Marking Detail PM (4) -OOA Pavement Marking (Words; PM (5) -01 Pavement Marking (Ar row:) PM (6) -01 Barricade and Construction Details BC(1) -03 Barricade and Cc struct-on Details BC(2) -03 Barricade and Construction Details BC (3) -03 Barricade and Construction Details BC(4) -03 Barricade and Construction Details BC(5) -03 Barricade and Construction Details BC(6) -03 Barricade and Construction Details BC(7) -03 Barricade and Construction Details BC(8) -03 Bar ricade and Coost rust on Details BC(9) -03 Barricade and Construct on Details BC(10) -03 Table of Contents Page 5 of 7 l4 /5. 3E. 37 98 .9 105 :01 0 '04 1 0 5 0b 07 108 109 10 12 Barricade and Lanstruction Details BC(11) -03 Barricade and C- >nstruc ion Detail BC(12) -03 Traffic Control Plan Traffic Control Plan Traffic Control Plan Traffic Control Plan Traffic Control Plan lraffic Control Plan 'traffic Control Plan Work Zone Short Term Signing for Uneven Low Profile. Concrete Low Profile Concrete Miscellaneous Details of Miscellaneous Details of Miscellaneous Details of Details 1 Details Details 3 Typical. Details TCP (2 -1) -98 Typical Details TCP (2 -2) -03 Typical Details TCP (2 -4) -03 Typical Details TCP (2 -5) -03 Typical Details TCP (3 -1) -98 Typical Details TCP (3 -3) -98 Typical Details WZ (TD) -03 Pavement Markings WZ (STMP) -03 Lar -s WZ (UL) -03 LPCB (1) -92 LPCB Barrier Barrier Standard Standard Standard Water Water Water 3 cf 5 of 5 of 5 Standard Water Details 4 of 5 Standard Water Details 3 of 5 114 Sanitary Sewer Standard Details 1 of 115 Sanitary Sewer Standard Details 2 of 5 116 Sanitary Sewer Standard Details 3 of 5 I Sanitary Sewer Srandarci Details 4 of 5 18 Sanitary Sewer Standard Details 5 of 5 Miscellaneous Water /Wastewater Details 20 Standard Stormwa„er Details 1 of 2 121 Standard Stormwa °_er Details 2 of 2 i22 Single Box Culvert SCC -MD 123 Single Box Culvert SCP -MD +24 Single Box Culvert SCP -a 25 Single Box Culvert SCC -r; 26 Residential Driveway Derails 1 of 2 l27 Residential Driveway Derails 2 of 2 (2) -92 -28 Commercial Driveway Details 1 of 2 129 Commercial Driveway Details .3 of 2 130 Pedestrian Facilities 1 >f 4 131 Pedestrian Facilities 2 af 4 132 Pedestrian Facilities 3 3f 4 133 Pedestrian Facilities 4 >f 4 134 Typical Sign Requirements TSR (5) -03 135 Sign Mounting Details SMD (GEN) -02 136 Sign Mounting Details SMD (SLIP -2) -02 137 Sign Mounting Details SMD (TWT) -02 138 Pollution Control Measures EC (1)-93 139 Pollution Control Measures EC (2) -93 140 Pollution Control Measures EC (3) -93 141 Barbed Wire Fence and Woven Fence WF (2) -96 142 Mailbox Mounting and Spading MB -05(1) 143 Mailbox Bracket C>nnecting Details MB -05(1) 144 Mailbox Support /Foundatian MB -05 (1) 143 Airline Road Traffic Signal Upgrade 1 of 2 146 Airline Road Traffic Signal Upgrade 2 of 2 147 Rodd Field E<.oad Traffic -signal Upgrade 1 of 2 fible of contents Page 6 of "' 48 Rode Field Road raf:fis Signal Upgrade 2 of 2 49 Traffic Signal Pc -le Foundation TS FD -99 Try =fic Signal Support tructures Single Mast Arm Assembly (100 MPH Wind (Zone) ;SMA- 100(1)-99) Pedestrian. Push Button ost. Miscellaneous Controller Details Electrical Details Conduit ED(1) -03 Electrical Details Conductors ED(2) -03 `5 Electrical Details Ground Boxes ED(3) -03 6 Eie,'trica] Details Service Schematics & Support -Type TP (Overhead) ED(4) -03 7 Electrical D.etails Service Enclosure & Notes ED(5) -03 :8 Electrical Details Typi al Traffic Signal System Detail ED(7) -03 '9 Electrical Detai-s Service Support, Types GC and OC ED (9) -03 0 Video Detection '-system Details ;61 Street Name Sign Detail (I]luminated) ILSN APPENDIX A. - GEOTECHNICAL INVESTIGATION NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND Table of Contents Page 7 of 7 NOTICE TO BIDDERS NOTICE 1.0 BIDDERS ea oposa . c Brie else t ) t h City of corpus Christi, Texas for: WOOLDRIDGE ROAD Th=- prc;ect Loaslet fiexilee b� se, ;eecri e, L nea feet tewa: 1, 78 _ie teat eccrete ..:;x �. ; ver t ; Near t et 3r z ,, .-1PF exietif4 manho e . ;pos d PV water_ )he a:d fits +c. e-sse, es, a:tc ADA improve -:Perk _:or'.' act d -'_._lment: RECONSTRUCTION PHASE 2 AIRLINE ROAD TO RODD of 76,e58 square yards of roadway di square yards of HMAC, f ]rb and gutter, 37,875 of "x5' encrete ,,8e linear .feet rehab wastewater 'aed 5' diameter ng._, fire hydrant assemblies, traffic signals in accordance with the plans, specifications, box FIELD ROAD BOND 2004 excavation 50,648 square 53,263 square yards of square feet of concrete culvert, 1,281 linear feet of of 18 " -30" RCP, curb inlets, 5,252 line, 16" PVC effluent main, rehab manholes, 5,015 linear feet of 8 "- merit and Bids will be received at tee _ffice of the City Secretary until 2:00 p.m. on Wednesday, November 29, 2006 and then publicly opened and read. Any bid received after c'_.csinq time wi'1 be re?urred unopened. =j pre -btd meeting is scheduled for November 14, 2006 beginning at 2:00 p.m. The pre -bid meeting will convene at the Engineering Services Main Conference Room, 3rd Floor, City Hall, 1201 Leopard Street. The pre -bid meeting will be conducted by the Cit ", and wi 1 l not include a Bite viei.t . end brad in the amount 5% of the highest amount bid must accompany each propose_ Failure to p2o,.de The bid bond will constitute a non- responsive eroposa: which w ll rot be onsidered. Failure to provide required performance and payment bonds for coners. is ever $25,000.00 will result in forfeiture of the rd o:'nd to the Ci y as qu:dated damages. Bidder's plan deposit is subject o mandatory f rfeiture to tee ,_ity if Bidding documents are not returned to the { within two .reeks ?f receept Af bids lane, proposae terms, specs ica *ions and contract documents may be procured from h3 City Engineer up en a o; _t of Fifty and no 100 Dollars P Y / ($50.00) as a :uirant ec of their ieturn en ucod condition within two weeks of bid date. ' -' went s car, be ebta . ned by :nai . upon receipt of an additional ($10.00) which is non-refundable posta fie/ hand 1 iris; charge he eidcer is hereby r,ot ee that the owner has ascertained the wage rates which re oil io the Locality in which this work is to be done and that such wage scale Le set Hue in the contract dcc:uments obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft -r r ype or "laborer," 'workman," ;r "mechanic" employed on this project. 'hF it eserve: the eight t re ect an or all bids, to waive irregularities and acCert the P .c1 which, Ln the City's opinion, seems most advantageous to the tv and -n the best interest el he public. 'ITY OF CORPUS CHRLSTI, TEXAS 's/ Angel R. Escobar, P.E. Director of Engineering Services si Armando Chapa City Secretary NOTICE TO CONTRACTORS - NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS ,eyised May, 2006 A Certlfcate 7nsu:ance irdicaIlng prof of coverage in the following amounts requ red: TYPE OF INSURANCE 30-Day Notice of :ance1lation all certificates --- mmerciiJ General LiaIllity Commercial Form Ps-nmises Jper;itions Explosion and Cc llapse 4 Underground Hazard Prnductsi 7omplited Op Ha;ard Contractual Liaiiliiy Bread Form Propnrty Dar. Independent Cont ractor: Pnisonal Ta;ury AUTOMOBTLF LIABILITY (MNED NOI OR RENTED WORKERS' tOMPENSATION EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABIL' ENVIRONMENTAL IMPAIRMENT COVER] Not limited to sudden accidnr discharge: to include Iong-tect environmental impact fc r the o contaminants BUILDERS RISK INSTALLATON FLOATER Page 1 of 2 MINIMUM INSURANCE COVERAGE 7equ: red on Bodily Injury and Property Damage PER OCCURRENCE / AGGREGATE icluding: Iazard atons ige $2,000,000 COMBINED SINGLE LIMIT I-OWNED $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 $1,000,000 COMBINED SINGLE LIMIT 7Y/ VSE Ita 1 _sp(,.3al of $2,000,000 COMBINED SINGLE LIMIT I REQUIRED X NOT REQUIRED See Section B-6-11 and Supplemental insurance Requirements Li REQUIRED X NOT REQUIRED $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements H REQUIRED X NOT REQUIRED Page 1 of 2 • The City of Corpus Christi must be named as an additional insured on all coverages 'xcept 'w,)rker`s compensation liability coverage. • The name of the Project must be listed under "description of operations" on each peftiflchte of insurance. • For ea,;h insurance _overage-, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City with thirty 30' day' prior written no ice of cancellation of or material change on any overage- The 2ontr ctor shall. provide to the City the other endorsements to assurance policies or coverages which axe specified in section B -6 -11 or Special Prov sior.s section of the contract. 'ompieted "Disclosure of Interest" must be submitted with your proposal_ Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 826 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER S COn _NSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR (= CVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others =:- roviding work or services for a City building cr construction pro- ecr_ must be covered by worker's compensation insurance, authorized seif- _7.surance, or an approved worker's compensation coverage- agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, includinc during the mair.zenance guaranty period. =rotor carriers which are required to r egi soe with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance covera e under Texas Civil statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms cf worker's compensation coverage. The Contractor aorees -c comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which attached and deemed incorporated into the project contract. Please rote that under section 110.110: certain language gust be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; the Contractor :s required to submit the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Protect; and the �2ontractcz i_s reauired to post the reauired notice at the job site. By s_c__ing this Contract; the Contractor certifies that _` will timely ccrncl..- .Pith these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS e (Revisea 1113/98) Page 1 of 7 Fide 2S. INSI R I\ CL� ?art tI. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES S 110.110 Reporting Reauirernents for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terns not defined in this rule shall have the meaning defined in the Texas Labor Code, :f so defined_ ('6) Certificate of coverage (ce. -:u c. te copy of a certtincate of insurance, a certificate of autnoriry to seif - insure issued by the c ornrnissiec, cr a workers' compensation coverage agreement (TWCC -81, TWCC -82, TWCC -S3, or TWCC -S4), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction—Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmenta.i entity (4) Ccveraee— Workers' corpensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.01 1(4 -4). 5) Coverage agreement - -A written agreement on form TWCC -SI, form TWCC -82, form TWCC-S3. or form TV/CC-84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project — Includes the time from the beginning of work on the - project until the work on the project has been compieted .nd accented by the governmental entity. 7) Persons providing ser ices on the project- ( "subcontractor" ii. § 406.096 of the Act) —With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or Darn of the services the contractor has undertaken to perform on the project, eeardless of whether that person contracted directly with the contractor and regardless of whether hat person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity furnishing persons to perform services on the oroject. "services" includes but is not Iitiited http scs.stare ix.uslracJ2s/fl 10/B/110 1'.O.htrnl NOTICE TO CONTRACTORS - - Revised 1/13/90) Page 2 of 7 8/7/98 3 unL. ce:'. et ne ecurn,:.e:a or :.__,.. :ais_ c;r oviding labor, :r nsce; -a ~cn, or other er - _ , a order:: vice does nc t t.-o...... actn.. :es ortreiated to the project :.:oh ;s _doors 4 s._.noi °, ie!ivenea ce!ivery r.f cor-Labte toilets. 3) P 7Cjec: -- . ,isdes the pro -. is .-'n o all services . _ :aced to a betiding or construction contract for a z .,a....,, entity (5) Prcvidir or Caused',; to be provided a certificate of coverage pursuant to this rule is a epresen at on 04, the insured :?:at all empioyees of :.e insured who are providing services on the project are cc•: er ed by workers' compensation coverage, that the coverage is based on proper reporting of c;a .ssincation codes and payroll amounts, and that ail coverage agreements have been filed with the aperecriate insurance carrier or, in the case of a seif - insured, with the commission's Division fSe f- Lnsora. ce Reguiation. Pnviding false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing tc report any c:.znge that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative r.enalties, criminal penalties, civil penalties, or other civil actions. (c) A eover= entai entity trat enters into -a building or construction contract on a project shall: 1) include ir.,the bid specifications, ail the provisions of paragraph (7) of this subsection, using the language required by paragraph r 7) of this subsection; (2) as part of the contract, using the language required by paraznaph (7) of this subsection, require the coat, actor to perform as. required in subsection (d) of this section; (3) obtain from the contractor a °:ertific:ate of coverage for each person providing services on the project prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: {A) before tie end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no tater than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, 6) provide a copy of the cerificates of coverage to the commission upon request and to any person titled 'c them by law: ind (7) use One 1an_,lage containec. in the following Fieure i for bid specifications and contracts_ without any additionai words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S 1 1 i).110(c)(7 ) tbi nttp //v vw sos.state.tx usitac.28,(11.11 10 /B /110 1 1: 0.htrni NOTICE TO CONTRACTCttS - Revised 1/13/981 Page 3 of 7 8/7/98 A contractor sha:i. i) provide coverage for its employees providing services on a project, fcr the duration of the project i used on proper reporting of classi:cadon codes and payroll amounts and filing of any coverage greements. ) provide a certificate of coverages :owing workers' compensation coverage to the governmental entity prior to beginning work on .e project; 5) provide the governmental enttr , prior to the end of the coverage period, a new certificate of :overage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: ;A) a certificate of coverage, prior to that person beginning work on the project, so the governmental comity will have on file certificates of coverage showing coverage for all persons providing services on ,.e project; and B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverzee period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates o: coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after he contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; ") post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORitERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Cottunission at 512 -440 -3789 to receive information on the 'egal requirement for coverage, to verity whether your employer has provided the required coverage, :Dr to report an employer's failure to provide coverage." `rip 1/ wwtiv sos.state. tx us/tac/28/11/1 ': OB /1 10.110.htm1 No rct _o CONTRACTORS - B Revised 1/13/9e) . ?aqe 4 of 7 8/7/98 8) cc •.acc,:aily rec.= e °ac ce. < :en 'pith wr cr::_ contracts :_ rovide services on project to: A) provide coverage oared on proper reporting of classification codes grid payroii amounts and Edina coverage atcreeme^ts for. -:- of .`.s e:rvieve °s providing se :vices en the proeec ..or the duration or the project: ;B) provide a certificate of cover ;e tc the cool::actor prior to that person beginning work on the project:. C) include in ail contracts to pr c vide services can the project :he language in subsection (e)(3) of this section_ (D) provide the contractor, prior to the end of :he coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prier to the other : erson begin ing work on the project; and (ti) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificate, of coverage en file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on tae project; and (H) contractually require each other person with whom it contracts, to perform as required by subparagraphs (A) -(H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (e) A person providing services on a project, other than a contractor, shall: (1) provide coverage for its employees providing sex-vices on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agree rents; (2) provide a certificate of coverage as required by its contract to provide services co the project, prior to beginning work. on the project; (3) have the following language to its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage http:/ /v: Avw.sos.state.tx_us/tacJ2811/1 10B/110. i 10.htmi NOTICE TO CONTRACTORS - B Revised 1/13/98) Page 5 cf 7 8/7/98 or t:.. •.:ration of z.:-.e project, that the coverage will be based on proper reporting of classification c:7des and payroll amounts, and that ail coverage agreements is will be filed with the appropriate nsurance �.zrrier or, . the case of a self - insured, with the commission's Division of Self - Insurance Regu atioti. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, cr other civil actions." (4) provide the person for whom jt is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, Lithe coverage period shown on the certificate of coverage ends during the duration of the project; (5) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (A) a certificate of coverage, prior to the other person beginning work on the project; and (B) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (6) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (7) notify the governmental entity in writing by certified mail or personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within ten days after the person knew or should have known of the change; and (8) contractually require each other person with whom it contracts to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to it prior to that other person beginning work on the project; (C) include in all contracts to provide services on the project the Language in paragraph (3) of this subsection; (D) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person under contract to it to provide services on the project, and provide as require° by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the http: / /www sos.state.tx us/tac/28/II/1 10/B /1 10.1 10.html NOTICE TO CONTRACTORS - 8 Revised 1/13/90 Page 6 of 7 8/7/98 duration of - e :ontrar< F) retain ail recui ed ce—,...L=cz7es coverage er. file for the duration of the project and for one year thereafter; G) noufv the governme :tai er ry in writing by certified mail or personal delivery, within ten days after the person knew or should 'nave known, of any change that materially affects the provision of ooveraee of any person providing services on the project; and (H) contracr.ually require each person with whom it contracts, to perform as required by this - subparagraph and subparagraphs 1A) -(G) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. (f) If any provision of this rule or its application to any person or circumstance is held invalid, the invalidity does not affect other provisions or applications of this rule that can be given effect without the invalid provision or application, and to this end the provisions of this rule are declared to be severable. (g) This rule is applicable for building or construction contracts advertised for bid by a governmental entity on or after September 1, 1994_ This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which arc not required by law to be advertised for bid (h) The coverage requirement in this rule does not apply to motor carriers who are required pursuant to Texas Civil Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Statutes, Article 6675c, § 40). (i) The coverage requirement in this rule does not apply to sole proprietors, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who are explicitly excluded from coverage in accordance with the Act, § 406.097(a) (as added by House Bill 1089, 74th Legislature, 1995, § l .20). This subsection applies only to sole proprietors, parmers, and corporate executive officers who are excluded from coverage in an insurance policy or certificate of authority to self-insure that is delivered, issued for deliver r, or renewed on or after January 1, 1996. Source: The provisions of this § 110.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index http- / /www sos.state. rx.usitacl22/II/'. 10B /110.1 10 html NOTICE TO CONTRACTORS - 8 Revised.1 /13/981 Page 7 of 7 8/7/98 PART A - SPECIAL PROVISIONS WOOLDRIDGE ROAD RECONSTRUCTION PHASE 2 - AIRLINE ROAD TO RODD FIELD ROAD BOND 2004 SECTION A - SPECIAL PROVISIONS P 1 Time and Place of Receiving Proposals /Pre -Bid Meeting u proposals will be received in conformity with the official tisement inviting bids for the project. Proposals will be received in fice c.i the City Secretary, located on the first floor of City Hall, leopard "Scree *, unti 2:00 p.m., Wednesday, November 29, 2006. Proposals should :e addressed in the following manner: City f Corpus CF; ist City _ e.: retary's uffi7 <. 1201 :,eopard Street t Corpa Christi, Texas 78401 ATTN BID PROPOSAL pre -bid meetsnq will be re1d m. " -he meeting will ceb vene orr: Third Floor, C.tY gall., riclude di:-cussie; el si � =affil AL -- WOOLDRIDGE ROAD RECONSTRUCTION PHASE AIRLINE ROAD TO RODD FIELD ROAD BOND 2004 PROJECT NO. 6266 2 on Tuesday, November 14,2006 beginning at 2:00 at the Engineering Services Main Conference 1201 eopard Street, Corpus Christi, TX. and the project elements. If requested, a site additional :,r separate .visitations will be conducted by the City. A -2 Definitions and Abbreviations a )fl B -1 et the ';eneral Provisions will govern. A -3 Description of Project WOOLDRIDGE ROAD RECONSTRUCTION PHASE 2 AIRLINE ROAD TO RODD FIELD ROAD BOND 2004, this project consi4t of 36,858 square yards of roadway excavation 0,64.3 square yards of f exible base, 24,016 square yards of HMAC, 53,263 quare yards of geogrid, h,356 linear feet of curb and gutter, 37,875 square -et cf concrete sidewalk. 1,786 linear feet of 8'x5' concrete box culvert, ' , 28 • inear feet et 8'x4' concrete box culvert, 1,817 linear feet of 18 " -30" r Ca , c.zr �n1-t.s, 252 ;..near feet of 12 " -36" CIPP rehab wastewater line, r" iV: effluent main, rehab existing manholes, proposed 4'and 5' diameter ma nhe 1 es, 5,015 linear f et f 8"-12" PVC waterline and fittings, fire hydrant assemblies, traffi signals and accessories, and ADA improvements; in .co, lance with the plans, 3peecfications, and contract documents. Section A - SP (Revised 12/15/04) Page 1 of 25 A -4 Method of Award The t °ias will he evaluated based on the following, subject to availability of finds 1. :',tai Base Bic, or 2. Total Base Bid plus Additve Alternative No. 1 It is the intent of the City to award the lowest combination of Total Base Bid or Total Base Bid with Additive Alternative No. 1, within the available project funding. The City reserves the right to reject any or all bids, to waive :rregu:aritie; and to accept the bid which, in the City's opinion, is most advantageous tc the City and ,n the best interest of the public. A -5 Its to be Submitted with Proposal The f )ilow:ing items are required to be submitted with the proposal: 5% Bid Bond (Must reference WOOLDRIDGE ROAD RECONSTRUCTION PHASE 2- AIRLINE ROAD TO RODD FIELD ROAD BOND 2004 PROJECT NO. 6266 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.) Disclosure of Interest atement A -6 Time of Completion /Liquidated Damages The working time for completion of the Project will be 570 calendar days. The Contractor shall commence work within ten (10) calendar days after receipt of written notice from the Director of Engineering Services or designee ( "City Engineer ") no proceed. No additional calendar days will be awarded for Additive Alternative No. 1. For each calendar Jay that any work remains incomplete after the time specified in the Contract for completion of the work or after such time period as extended pursuant to other provisions of this Contract, ONE THOUSAND DOLLARS $1,000.00 per calendar day will be assessed against the Contractor as liquidated damages. Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay iin completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineerci may withhold and deduct from monies otherwise due the Contractor the amount of liquidated dam ages due the City. A-7 Workers Compensation Insurance Coverage It the Contra: -tor °: workers' compensation insurance coverage for its employees working on the Proje, :t is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract Is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' c=ompensation insurance coverage must not perform any work on the Project. Section A - SP (Revised 12/15/04) Page 2 of 25 Furthermore, e.,ch calendar day including and after the effective date of termination r cencella-ion of the Contractor's workers' compensation iesc eace cre erage for employees working on the Project until the date replacement workers' ompensation insurance coverage, meeting the requirements c;t this Contact, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the ni.ghest daii•- rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contraetor and wi;1 be assessed and paid even if the permitted time to emp.€ -?Le the roie< r has Lot expired. in accordance with other requirements of this Contract, the Contractor shall not permit sc.bcont actors or others to work on the Project unless all such i.ndividuals working on she Project are covered by workers' compensation iesurance and unless the required documentation of such coverage has been prov >ded to the Contractor and the City Engineer. A -8 Fatted Proposals Proposals faxed directly to the City will be considered non - responsive. Proposals must contain original signatures and guaranty and be submitted in :accordance with Section B of the General Provisions. A -9 Acknowledgment of Addenda The ,Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non - receipt Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of icon- receipt, could have an adverse effect when determining the lowest responsible bidder. A -10 Wage Rates (Revised 7 i /0o) Labor preference and wage lates for heavy and hhway /heavy construction. In ease e conflict, Contract -.r shall use higher wage rate. Minimum Prevailing Wage Scales 'he•Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by theta in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic employed, if such person is paid less than the specified rates for the classification of work performed. The Contractor and each subcontractor must keep an accurate record showing the names and classifications of all laborers, workmen, and mechanics employed by them in connection with the Project and showing the acts e l wages paid to each worker The Contractor will make bi- weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls fran all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi- weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the proper form and content of the payroll submittals.) One and one -half (1I) times the specified hourly wage must be paid for all hours worked in excess of 40 hours in any one week and for all hours worked on Sundays or holidays. (See Section B -1 -1, Definition of Terms, and Section B -7 -6, Working Hours.) Section A - SP (Revised 12/15/04) Page 3 of 25 A -31 Qagperation with Puhiic Agencies (Rravised 7/5/00) The Contractor shalt cooperate with all public and private agencies with facilities operating within the limits of the Pro-j ect . The Contractor shall provide a forty -eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tess System 1 -800- 344 -8377, the Lone Star Notification Ccnpany at 1- 800 - 669 -8344, and the Southwestern Hell a Locate C�vtp at 1- 800 - 828 -5127. For the Contractor's convenience, the f' llowing telephone numbers are listed. City Engineer Project Engineer LNV ENGINEERING Dan S. Leyendecker, '.E Bryan Martin, P.E. Traffic Engineering Police Department Water Department Wastewater Department Gas Department Store Water Department Parks & Recreation Department Streets & Solid Waste Services A E P S 8 C /At &T City Street Div. for Traffic Signal /Fiber Optic Locate Cablevisi.on ACSI (Fiber Optic) KM (Fiber Optic) thoiceCc (Fiber Optic) cAPROCK (Fiber Optic) Brooks Fiber Optic (NIAN) A -12 Maintenance of Services 826 -3500 883 -1984 883 -1986 (fax) 883 -1984 883 -1986 (fax) 826 -3540 882 -1911 857 -1880 (880 -3140 after hours) 857 -1818 (880 -3140 after hours) 885 -6900 (885 -6900 after hours) 857 -1881 (880 -3140 after hours) 826 -3461 857 -1970 299 -4833 (693 -9444 after hours) 881 -2511 (1 -800- 824- 4424,after hours) 857 -1946 857 -5000 887 -9200 813 -1124 881 -5767 512/935 -0958 972 -753 -4355 857 -1960 (857 -5060 after hours) (Pager 800- 724 -3624) (Pager 888 - 204 -1679) (Pager 850 -2981) (Mobile) The Contractor shall take all precautions in protecting existing utilities, both above and below ground. The Drawings show as much information as can be reasonably obtained from existing as -built drawings, base maps, Utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to Locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground drawings, the Contractor shall make the utilities back in service to construct the the Contract price. All such repairs must company or agency that owns the utilities. utilities, whether shown in the necessary repairs to place the work as intended at no increase in conform to the requirements of the Where existing 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 Contractor either by connection into other sewers or by temporary pumping to a satisfactory outlet, all with the approval of the City Engineer. Section A - SP (Revised 12/15/04) Page 4 of 25 Sewage or ~t let liquid must rot be pimped, bailed or flumed over the streets or gr :und srr t ace ind "or t rae_ t or mus' pay for all fines and remediation that may r sul'_ sewage el her liquid contacts the streets or ground surface. ale() ntract responibi ity to make all necessary repairs, r el - r- ions a:_ tust.mer s the iatlsfaction of the City Engineer at no se he lontrac- pi Materials for repairs, adjustments or r el: :. tions sew, r sere -ie nes mint be provided by the Contractor. A -13 Area Access and Traffic Control Suftt i.ent traffic centre measures must be used to assure a safe condition and r provide a m nimum in:onvenience to motorists and the public. me entractei wiel be iequired to schedule his operations so as to cause minimum adve se in7paet the accessibility of the museum and public. This may nclude, but is ne, limited ::o, working driveways in half widths, )n:: ruct-or emporary -amps. etc. The c ontractr shall cc mpiy with the City of Corpus Christi's Uniform Barrieading ,'t andards anc_ Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The :,.Dnt rector shall secure the nece_ sary permit from the City's Traffic Engineering Lisoartment. All __sts fc•r traffic' conero.i are considered subsidiary; therefore, no direct paymer t will made to Centr r,: :tor. A -14 Construction Equipment Spillage and Tracking The i.ontractcr shall keep she adjoining streets free of tracked and /or spi ied materials ioing to er from the construction area. Hand labor and /or mechanical equipment mus' be used where necessary to keep these roadways c -Lear of jet vela .ed ma• eriai s. Such work must be completed without any increase -. n terse _'ortr et rice re e,- s and eire ine mu. t t) cleaned at the end of the work day or more frequently, necessary. to preven_ material from washing into the storm sewer system. No fisible material that could be washed into storm sewer is ellowc d to remain n the ?'rojeet site or adjoining streets. A -15 Excavation and Removals The excavated areae behin curbs and adjacent to sidewalks and driveways must be tilled w t t "clean" (Jiff. "Clean" dirt is defined as dirt that is capable of providing a good growth of Brass when applied with seed /sod and tert..iizer. The dirt must be tree of debris, caliche, asphalt, concrete and any ei her material that detraets from its appearance or hampers the growth of grass Ail existing onrl etcr I asphalt w t.hir, the limits of the Project must be remee d unless 3thr rwi spa )t e_i All necessary removals including but not :limited to pipe, driveways, sidewalks, etc., are to re considered subsidiary to the bid item for "Street Excavation"; therefore, n, direct payment will be made to Contractor. A -16 Disposal /Salvage of Materials Excess excavated material, broken asphalt, concrete, broken culverts and ether unwanted rnat --er a? eecemes the property of the Contractor and must be removed from the site / the Contractor. The cost of all hauling is Section A - SP (Revised 12/15/04) Page 5 of 25 ; onsidered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field Office '.'he Contractor must furyt_sh the City Engineer or his representative with a field office at the construction site. The field office must contain at least 20 square feet of useable space. The field office must be air- conditioned nd heated end must be furnished with an inclined table that measures at .east 30" x 60" and tw, (2) chairs. The Contractor shall move the field effSce on the site as required by the City Engineer or his representative. The field office ;rust be furnished with a telephone (with 24 -hour per day answering service) and FAX machine paid for by prat pay _em for the the Contractor. There separate >a item office, is no A -18 Schedule and S ence of Construction The ;C(ntractor shall submit to the City Engineer a work plan based only on CAIANDAR days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre - construction meeting. The r;l -gin must indicate the schedule of the following work items: initial Schedule: Submit to the City Engineer the Pre - Construction Meeting an initial Construction Progrress Schedule prior to 1 �r review• Isems to include: Show complete sequence of construction by activity, identifying Y g Work of separate stages and other logically grouped activities. Identify the first work day of each week. Submittal Dater: Indicate submittal dates required for all submittals. Re- Submission: Revise and resubmit as required by the City Engineer. Periodic Update: Submit Updated Construction Progress Schedule to show Actual progress of each stage b 9 by percentage against initial Schedule. For ea: h calendar day tt-., ;t any work remains incomplete after the time specified in the Centract for completion of the work or after such time period 3s extended pursuans to other provisions of this Contract per calendar day w-11 be assessed against the Contractor as�liquidated damages Said liquidated damages are not imposed as a penalty but as an estimate of the damages that the City will sustain from delay in completion of the work, which damages by their nature are not capable of precise proof. T he Director of Eng ineerina Services (City Engineer) may withhold and deduct from merles otherwise due t;. the Contractor the amount of liquidated damages die tc: the City from the monthly pay estimate. Days Allocation for Rain The contractor shall anticipate Lhe following number of work days lost due to rain in determining the contract schedule for each part of the contract. A rain day is defined as any day in which the amount of rain measured by the National Weather Service at the Power Street Stormwater Pump Station is 0.50 inch or dreater No extension of time will be considered until the expected number of rain days las been exceeded and the Engineer has agreed that the status of construction was such that there was an impact detrimental to the construction schedule Section A - SP (Revised 12/15/04) Page 6 of 25 Januul y nays May 4 Days September 7 Days Februcry ea y:. june 4 Days October 4 Days Marc r: )ays July 3 Days November 3 Days Aori >r :y = ",.ugusr 4 Days December 3 Days �m1 f tiot be ba in satisfactory work, completed, tested, in a cc :oance he p;,n, specifications, and contract documents and nnne, ted t he x i : r i n s v: rem, and accepted by the City for the entire pro + Certificate of Completion The requirements to issue the Contractor a Certificate of Completion are the following (Project Acceptance Procedures Check List): (1) Final nspect :on (Contractor shall have red lined set ready to submit to Cit with all corrections/notes-Engineering Services to _._:c >rdirat.e As Built plan preparation with A/E Consultant). (2) I7,spector prepares final quantities, contractor evaluation form, arid project summary. (3) Inspector /Engineer veri ies that all submittals, payrolls, Inspection Retorts, As- Builts, O &M manuals (in electronic format as required), SCADA documentation, and other Field Information are complete. (4) ultra for re_iewc and agrees to final quantities or differences Screed upon b.. Contractor and Inspector. 5) Final istimate reviewed by City Construction Engineer. (6) Tity 1' nstruc ion Engineer submits to Engineering Administrative Asst., the f.nai estimate and Contractor evaluation form and Project Accep' ance Procedures Check List. Final payment ,hecklist: Affidavit that a 1 bills have been paid, "Waiver of L en" Submittal of all remaining payrolls S,nmittal of MBE letter on what Contractor has a tual.'y subcontracted through end of project 1 -CDBC prejcct, all federal forms complctcd and s+abm i t t c d (8) Final r ocepra; :e Memorandum prepared by Administrative Assistant 9} Administrative Asst. reviews for completeness, funding 3 =iiIatiii *_ -y, :prepares financial paperwork 10; A Imin] z tratLv Asst. submits to director of Engineering Services/Operating Department Head for approval and forwarding to Asst. ity Manager 11 Final r,cceptai.ce memo returned from Asst. City Manager 12 A.. +h- ,r :zatien for payment (AFP) prepared and submitted to A_ count inq Department 13` ,ntranfor re .eives final payment after City Council (if required _r Ass! Manager accepts project. (14) A mini / trat.iv Asst. sends letter to Contractor informing him or -, =r ah:n the 'ear warranty date begins (Acceptance Memorandum). [7) City acceptance of the project will be described in an Acceptance Memorandum to the Contractor. The wt. rrant y +d i i 1 Leg i n cx the date that the Acceptance Memorandum is issued t c Contra ~! Section A - SP (Revised 12/15/04) Page 7 of 25 A -19 Construction Project Layout and Control The drawings may depict but not necessary include: lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a .p oject of this nature. Major controls and two e ?j bench marks required for project layout, will be provided by the City or Co sultant Project Engineer. The :entractcr sha 1 furnish all lines, slopes and measurements necessary for >nt ec i of the worr , if, daring construction, it is necessary to disturb or destroy a control pint or bench mark, the Contractor shall provide the City or Consultant Project Engineer 98 hours notice so that alternate control points can be established by the City :;r Consultant Project Engineer as necessary, at no post to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Consultant Project Engineer at the expense of the Contractor. lt, for whatever reason, .t is necessary to deviate from proposed line and grade •_o properly execute the work, the Contractor shall obtain approval of the City or Consultant Project Engineer prior to deviation. If, in the opinion of the City or Consultant Project Engineer, the required deviation would necessitate e revision to the drawings, the Contractor shall provide eupPorting measurements required for the City or Consultant Project Engineer to revise the drawings The contractor shall tie in or reference all valves and manholes, both existing and proposed, for the purpose of adjusting valves and manholes at the completion of the paving process_ Also, the City or Consultant Project Engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose assisting the measuring of the completed work. The Contractor :shall provide the following certification for documentation and verification of :ompliaece with the Contract Documents, plans and specifications Said compliance certification shall be provided and prepared by a Third Party or in house independent Registered Professional Land Survey or in houae(R.P.L.S. licensed in the state of Texas retained and paid by the Contractor. The Third Party R.P.L.S. shall be approved by the City prior to any works Any discrepancies shall be noted by the Third Party or in house Furveyor and certify compl.iince to any regulatory permits. Following is the min:-mum schedule of documentation required: Streets: • All curb returns at point of tangency /point of circumference • Curb and gutter flow line -- both sides of street on a 200' interval; • Street crowns on e 200' enterval and at all intersections. Wastewater: • All rim /invert elevation: at manholes; • All intersecting lines in manholes; • Casing elevations (top of pipe and f- ow line) (TXDOT and RR permits). Water: • All top of valves box; • Valves vaults rim; • Casing elevations stop of pipe and flow line) ( TXDOT and RR permits). Stormwater: • All rim /invert elevations at manholes; Section A - SP (Revised 12/15/04) Page 8 of 25 • A int erse,.t in( lanes n manholes • 9i:ing e'.evatio:s (top )f pipe and flow line) (TXDOT and RR permits). A -20 Testing and Certification Ail tests requires under this item must be done by a recognized testing iabc:at.ory selectee by th, City Engineer. The cost of the laboratory testing will r. e borrE by t ne t in the event that any test fails, that test must be aoie over a rte r corrective measures have been taken, and the cost of rete-;iing wil he borne y he Cont actor and deducted from the payment to tare ntra<-1: The ( ontrac._ r mist prr .ride all applicable certifications to the City Engineer. A -21 Project Signs The - ;mntractcr mus foli owing drawings, construction begin =. toe '_' ontractor. Thi the ( *y Engineer. furnish and install 2 Project signs as indicated on the Attachment I) The signs must be installed before and sill be maintained throughout the Project period by locat<on of the signs will be determined in the field by A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) Policy t is the policy of Lhe ( :ity of s afforded minorit women es, participate n the performance Corpus Christi that maximum opportunity and Minority Business Enterprises to of contracts awarded by the City of 'orpus T:rist1 in rpport of Equal Employment Opportunity goals and .bject i ves of the At : irmative Action Policy Statement of the City dated lctober, 1989, and any amendments thereto. In accordance with such policy, he Pity ho,js established goals, as stated herein, both for minority and female participation by trade and for Minority Business Interpr isa. Uefinitio as Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded A City :ontract. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, :ervices, supplies, equipment, materials or any combinat on of Pile foregoing under contract with a prime contractor or City contract Minority Business Enterprise: A business enterprise that is owned and controlled iy one or more minority person(s). Minority persons include Blacks: Mexican - Americans and other persons of Hispanic origin, America;; Indians, Alaskan Natives, and Asians or Pacific Hander:. Eca the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate a::d /or actively manage, and share in payments from such an ,=nterpr se in the manner hereinafter set forth: Section A - SP (Revised 12/15/04) Page 9 of 25 wned a) For sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b) Fc: an enterprise doing business as a partnership, at lest 11.0% of the assets or interest in the partnership property must be owned by one or more m ority perscn(s. Fo 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 per.on ntrol lid o The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 5_0% or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority: See definition under Minority Business Enterprise. Female Owned Business Enter rise: A sole proprietorship that is owned and contro led by a woman, a partnership at least 51.0% of whose assets or partnership interests are owned by one or more women, or a corporation at ]east 51.0% of whose assets or interests in thE corporate ;hares are owned by one or more women. Joint Venture: t josnt_ venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded tc carry on a single business activity which is limited in scope and directon. The degree to which a joint venture may satisfy tre stated MBE goal cannot exceed the proportionate interest of. the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture which is to perform 50_0% of the contract work itself and in which a minority joint venture partner has a 50.0% interest, shall be deemed equ valent to having minority participation in 25.0% of the work. Minority members of the joint venture must have either financial, managerial, or technical skills in the work to be performed by the )int- venture. Goals a. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate :fork force on all construction work for the Contract award are as follows: Section A - SP (Revised 12/15/04) Page 10 of 25 Minority Participation Minority Business Enterprise (Percent) Participation (Percent) 45 % 15 % These goals are applicable to all the construction work (regardless of federal pa_ticipation) performed in the Contract, including approves change orders. The hours of minority employment must be substantially urifc;rrn throughout the length of the Contract and in eac r. trade. Tt e transfer )f minority employees from Contractor to Ter.tract:r or erom project to project for the sole purpose of meeting fle, Con, ractor's percentage is prohibited. imp] pan e Upon completio et the Project, a final breakdown of MBE participation, ubstantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. The Contractor ehall make bi- weekly payroll submittals to the City Engineer.. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, t:hc Cont actor ill indicate, in writing, the overall participation these areas whi h have been achieved. The City Engineer may withhold mon hi. or final payments to the Contractor for failure to submit bi-weekle payrolls in a timely fashion or to submit overall part +.ciphti.-_n it tormation a> required. A -23 Inspection Required ,Revised 7/5/00) ntroctor shall as re she appropriate building inspections by the id.;.q Inspector Davis on at the various intervals of work for which a :m.' is required and te assure a final inspection after the building is mpl. -.cd and roody for t -pup, •n- pa.cy, when- app- ticablc Section B -6 -2 of the General Provisions is hereby iended in that the Contractor must pay all fees and charges levied by the ty'e Building Inepectioe Department, and all other City fees, including nr.er astewater meter feee and tap fees as required by City. A -24 Surety Bonds Paragraph two ;'2; of Sect on B - -3 -4 of the General Provisions is changed to read follows 'No sur€•t wi l be ac : ept ed by the City from any Surety Company who now it defazit or ielinquent en any bonds or who has an interest any itigat or, against the City. All bonds must be issued by an rpproved >uretr Company authorized to do business in the State of Texas. If performance and payment bonds are in an amount in excess ten percent (10%) of the Surety Company's capital and surplus, rye Surety Company shill provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10%) of the Surety mpany's capital any: surplus with reinsurers) authorized to do .siness in the State of 'texas. The amount of the bond reinsured any rei ns.arer my :cpt exceed ten percent (10%) of the Section A - SP (Revised 12/15/04) Page 11 of 25 reinsuf_,r•s :apitai and surplus. For purposes of this section, the amount of a1 Towed c4Dital and surplus will be verified through the State Board of lrrcurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized arKi admi ted to do business in the State of Texas. The Surety shall desLgn:= e an agent who is a resident of Nueces County, Texas Each rand mwHt re executed by the Contractor and the Surety. For contract: in ex ess of $10C:,000 the bond must be executed by a Surety compaty that is eertified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 ,tom a reinsurer that is certified by the United States Secretary o' the Treasury and that meets all the above requirements, The insurer or reinsurer must be listed in the 'edera; Regis -ter as holding certificates of authority on the date he bond was issued. - A -25 Sales Tax Exemption (NOT USED) Section B 6 22, =ion Provision, is deleted in its entirety and the in } Leu ,f- -- Coetractc for -impr real property awarded Christ' _, _ em 1�nJ by thc City of Corpuc to rte,. et '] 2 n 7 �r Y, Tax ode ; -- _ $' . eedr-13.e -rrle of Publ 14 - the -r+eecrac cvT�. i t-s- - operate under a separated contract, he shall: Obtain the nee -scary =1a -es-_ tax pc rmits from thc State Comptroller. appropr Other Charges in they proposal form the cont --z of material physically 3-31 ls... ,..r.., i t o t h o.._ Pi e j c ^-et . to suppliers. wit -h copies of material invoices to suba-tantiatc thc p-repee-a-1 value e - mat -- rise} If the Contre -et elect to operate under a separated contract, he must pay for t-344- -Saba, Exerse,- -and Usc Taxes applicable to this Project. arc (ligibl: -fo-r_ sale= tax cxemptiona if thc subcontractor require I= E'Sale. — -ifi _.ate to _t}�e . - .. • . subcontractor -d --mac subceatracter, in turn, lssees ,:f ren a-lc certi- ficate supplier. A -26 Supplemental Insurance Requirements Ear each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contractor ha11 obtain an endorsement to the applicable Insurance policy, signed by he insurer, stating: Ia the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail pr or written notice of cancellation or material change to: Section A - SP (Revised 12/15/04) Page 12 of 25 lame: Cn!.y of Corpus Christi Engineering Services Department Atr: Contract_ Administrator ddress P. Box 9277 Corpus Chr, st_i, Texas 78469 -9277 'umber f days advance notice: 30 The ,.t >ntractcr shall provide t the City Engineer the signed endorsements, or cop e :i thereof certified by the insurer, within thirty (30) calendar days after the date tne Cit: Engineer requests that the Contractor sign the conlrict documents Within, thirty (30... cater ar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the city Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees c%f the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B -6 -11 of the Contract, the Contracto: shall obtain an endorsement to the applicable insurance policy, signets by the insurer, stating that the City is an addit anal insured under he insurance policy. The City need not be named as :dd1 onal insured on Worer's Compensation coverage. For :_ontract al i abilit insurance coverage obtained in accordance with Section 8-6 -11 (a) of the Contract, the Contractor shall obtain an endorsement t: this cover :ge .Mating: :ontract :.r agrees tc indemnify, save harmless and defend the City, its agents. _servant , and employees, and each of them against and >old it and them ~;armless from any and all lawsuits, claims, demands, liahilitier. !asses and expenses, including court costs end attorneys' fees, for or on account of any injury to any person, )r any death at any rime resulting from such injury, or any damage o any property, which ch may arise or which may be alleged to have arisen out. ,__f_ or 1 .onnection with the work covered by this ontrai The for goir.o indemnity shall apply except if such njury, ieatt or damage is caused directly by the negligence or ;they :it_ :A the ity, its agents, servants, or employees or any person indemnified ir- reunder _ A -27 Responsibility for Damage Claims NOT USED iaragr aph - (a )- Cen ,' - -1,i ;ni13 t y- of -peet ion B 6 11 of the Ccneral Pr visions +s amendcd -*e include Contractor must provide -- Bender's Risk or Installation Floatcr insurance ooveragc -- for the term-of- thc Contract up to and including thc .date the :ity €irally icccpt; the Proj-ect or work. Builder's Risk- or - Installation Floater ceveragc must be cues- ts- -neeessary to insurance coverage Additional insured -e =: -,any pe-i -lei 11 including- y- deductible_ The City must be named such insurance c Section A - SP (Revised 12/15/04) Page 13 of 25 A -28 Considerations for Contract Award and Execution o =1 ow the City Engineer to determine that the bidder is able to perform is obligations under the proposed contract, then prior to award, the City ingrnFeer may reaui-e a bidder fo provide documentation concerning: 4hethea any i.ens have been filed against bidder for either failure to nay tr, ervi_,es or materials supplied against any of its projects begun within rne preceding two (2) years. The bidder shall specify the name And address cf the party holding the lien, the amount of the lien, the basis to the lien alaim, and the date of the release of the lien. If any such liee has not been released, the bidder shall state why the lairn hee not been paid; and 'whether. ':her. are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its,projects begun within the preceding two (2) years. The bidder shall specify the name and addre=ss of the claimant, the amount of the claim, the basis for the claim, and an explanaeion why the claim has not been paid. bidder mai ais( he required to supply construction references and a fnnancial statement, prepared no later than ninety (90) days prior to the City Engineer's request, signed and dated by the bidder's owner, president or `them authorized pasty, specifying all current assets and liabilities. A-29 Contractor's Field Administration Staff The Contractor shall employ for this Project, as its field administration staff, superintendents and foremen who are careful and competent and acceptable to the City Engineer. The criteria upon wh :eh the .it Engineer makes this determination may include the following: The Superintendent must have at least five (5) years recent experience in field management. and oversight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City nontract close -out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. Foremen, uti,ized, snail have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the i? :.y. Documentation c:cncerning these requirements will be reviewed by the City Engineer. The Contractor': field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff *or this Project during the to of `she Contract, such a failure constitutes a basis ' annul the Contract ' p.ir suant to section B -7 -13. Section A - SP (Revised 12/15/04) Page 14 of 25 A -30 Amended "Consideration of Contract" Requirements Under "General frovisi,ns and Requirements for Municipal Construction orr nets" Section B -3 -1 onsideration of Contract add the following text: tr.itir_ five w : rkinq ;jays following the public opening and reading of the rropc als, he three Apparent lowest bidders (based on the Base Bid only) must submit t, the City ogineer the following information: list he ma, -omr rents - >t the work; A list the products to be incorporated into the Project; A schedule of values which specifies estimates of the cost for each major component of the work; 4 A schedule of anticivated month' -y payments for the Project duration. The names and addresses of MBE firms that will participate in the Contract, al.ng wit writt a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the ouidelines contained herein. Similar substantiation will be requ:.red if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder roust_ clearly demon: trite, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but t at meeting; s,lch requirements is not reasonably possible t list sub ontrant urs that will be working on the Project. This list may contain more ' han any sub;ontract or for major components of the work if the Contractor has no ompleted his evaluation of which subcontractor will perform the work. The City Engineer retoir:s the right to approve all subcontractors that will perform work io tte Project.. The Contractor shall obtain written approval by the `i'y Engineer of all of its subcontractors prior to negi nn i n:_1 work on the e Project . If the City Engineer does not approve all proposed subroru ract < rs, it may rescind the Contract award. In the uvent that a subcontractor previously listed and approved is sought subsoit :ted for cr replaced during the term of the Contract, then the City Engineer retains the right to approve any subst tite o: r.eplseement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor wi,l_ -rsult in an increase in the Contract price. Failure of the 'csn:rac:tcr t comply wita this provision constitutes a basis upon which annul the + >ntract_ purauant to Section B -7 -13; A pre mirlarr prod ass sohedu e ndicat.inq relationships between the major components the work, The final progress schedule must be submitted _ the Ci' Engineer at the pre- construction conference; )ocumenr :t,. r requi ed ;r_rrsuant to the Special Provisions A -28 and A -29 roncerniag i >nsider,ti ns for Contract Award and Execution and the ontra :. ,r's Field /,dminastratitrn Staff. Documentation as recoired by Special Provision A -35 -K, if applicable. Section A - SP (Revised 12/15/04) Page 15 of 25 10. Within five (5) days following bid opening, submit in letter form, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, and name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A -31 Amended Policy on Extra Work and change Orders [Under 'General Provisions and Requirements for Municipal Construction Contracts" B -8 -5 Folio on Extra Work and Change Orders the present text is deleted and replaced with the fellew;ng: >ntractor acknowledges that the City has no obligation to pay for any extra work >r which a change order has not been signed by the Director of Engineering ervices Dr his designee. The Contractor also acknowledges that the City Engineer may authorize :hange orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also to approved by the City Council. A -32 Amended "Execution of Contract" Requirements ents Under "General Provisions and Requirements for Municipal Construction Contracts" B -3 -5 Execution of Contract add the following: The award of the Contra 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 authorized designees. Contractor. has no cause of action of any kind, including for breach of contract, against the City, nor i., the City obligated to perform under the Contract, until date the rite Engineer de: fivers the signed Contracts to the Contractor. A -33 Conditions of Work Each bidder must familiarizes himself completion of the Project. Failure obligation to carry out the provisions attend the Pre -Bid Meeting referred to fully with the conditions relating to the to do so will not excuse a bidder of his of this Contract. Contractor is reminded to In Special Provision A -1. A -34 Precedence of Contract Documents in case of conflict in the Contract documents, first precedence will be given tc addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, f urth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, suer as the Texas Department of Public Transportation Standard Specification. for Highways, Streets and Bridges, ASTM specifications, etc., he precedence will be given to addenda, Special P'_>eisi;c•ls and Supplemental Special Provisions (if applicable), construction o as=s, referenced >pecifi at_Tns, Standard Specifications, and General Provisio-is, in That order A -35 City Water Facilities: Special Requirements (NOT USED) Visitor /Contractor Orier,r,t -P-rior - to - perforieing- werk at any City water facility, the Gentractor, his subcontractors, -- - at a Visitor /Contractor Safct Section A - SP (Revised 12/15/04) Page 16 of 25 City Water - Depar iman Personnel. -A- Visitor /Contractor Safety 44r- ientat ion Prr.;gram will bc offered by authorized City Watcr l _.pa tmc nt r enne4 for those persons who do not have such a card, awlt�o desire =perform any work - within any City seater facility. k t: addi mena - n fo na-t4-er,- refer to Attachment 1. e_a . } 3. � on of Ci The Contractor °hall not Start, operate, or stop any pump, motor, valve, - equipment switch, breaker, control, or any other item related to City water facility at any time. All such items mu3t be op+ - &t-ed by an Aerator or -other authorized maintenance employee of Water t?e €sartmcnt . Protection of Water Quality Thf, City must deliver water- of drinking quality to its customers at a 1 t tires. Th.. Contractor shall protect the quality of thc water in the =ob site and shall coordinate its work with the City Watcr M -+- -mat- trials and equipment used in thc repair, reassembly, t r, - nsportati on, -f— inctailation, and other_ items, which c< conform to American inspection of pumps, or National Standarda any Institute /National nitatiep kouriiat on (ANSI /NSF) Standard 61 as described in the Stn,a= Spccif ations. Such material3 include all 3olvent3, cleaner°, lubricants, gaakct3, thread compeunds, coating3, or hydraulic equipment. Tho3e item° unless sash item3 are inspected on the site by authorised City peroenael immediately prior to u3e. 4e- Contractor shall provide the Engineer with copics of written proof of ANSI, -N&F Standard 61 approval for all materials which c+� come into contact with potable water. Ali trash generated by the Contractor or his employees, agents, or subcontractors, must be contained at all times at thc water facility site Blowing trash will not bc allowed. The Contractor ,hal 1 kr -we c }rcas cl -an at all timcs and remove all trash Contractor's personnel must w ar colored uniform overalls other t- ari orange, luc, or white. eempany Contractor ,hail provide telephones for Contractor personnel. Plant telephones are not available fer Contraeter rise. 4 - -- Working hours-will be -7:00 A.M. to 5:00 P.M., Monday thru Friday. Section A - SP (Revised 12/15/04) Page 17 of 25 not use anyt+--- fiiity r-estreemc. C tractor must provide on :sanitary facilities. 3 A14 Contract s vehicles must designated by City midst bc. - e-1 arty,- belcd with company vchicicL; arc it -lowed at O. N. Stevens personnel mu,t - in comp Contractor - empoycc-c must area not wander t <r is directed by -City Watcr evacuation. bc parked at Watcr designated site, as Treatment Plant. All -. - -- Contractor Qual b SCADA (SUPERVISORY CONTROL AND DATA ACQUISITION) Any work to t x-13 dctcrm4.ned b we-rk invludcs,- -bra is n t limitcd to, changes, -sei cticns, furnishing, t.r<.q--1=affm:ing, customizing, operation --all t,ardwarc and /or software specified or rcquircd by t he ^e -sp, cific -,t ions- modifications, installing, additions, connecting, The Contractor work must -lie able t demenstratc thc following: and - cone -re-}- cystcm municipal water and He has performed work on and c mp three prior projectc. H: has been actively engaged in i ,.rein 40am ---< lest 5 y ars. He employs i Registered Profcssional Engineer, a Control systcms of comparable size, typc, empl ys completer -a }d 3- mplementing the s- e.ftware r thc Contract. - <- --- -- 14-c maintains a permanent, fully staffed and equipped lcs of thc Projcct site to facturer' figuring specified here€ -fr: - •rogram thc systems *• - shall furnish equipment wh.ich is the p-reduct madufaeturcr to the maximum practical extent. -Where net pract icr1, all p- roduct of ne manufacturer. S. Prior performance at the O. Plant -w i. l subc ntractor programs the new -work 4= The Contractor chalk blues -- required to show thc i -r-ed, to Kidd these two SCADA sy.;tcm. Attachcd is prTgramming block.. which thc and given- -tom -t-he Cit for this prep •amm -ing ..yet an example of the required City requires to be fillcd in gcs made during' Projcct. of one this is as needed and Section A - SP (Revised 12/15/04) Page 18 of 25 The attached sheet is an cxampic and _, not ntendcd to sh w all f thc required sheets. The t= entracte w+11 pro vide all programming blocks used. Trc nchin,,t—Relqua- cements Ti 14 t -r -n -# r t= p ±eet at thc O. N. Stevens Water Treatment Pi c.r. -shall -be pert- rmcd using a backhoc or hand digging duc to the number -fi --€ l e -t r q skr =l be allowee -en -the pr- eject - -: A -36 Other Submittals hop Drawing Submittal The Contractor shall follow the procedure atlined below when processing Shop Drawing submittals: Quantity Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproduc bles: In addition: to the required copies, the Contractor shall also submit pee (1) reproducible transparency for all shop drawings Submitta Transmittal Forms: Contractor shall use the Submittal Transmittal *'oem attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have original submittal number with an alphabetic suffix. Ce nractcr muse identify the Contractor, the Subcontractor or `>upalier. pert rent. Drawing sheet and detail number(s), and `pe - t f -.': i - r ct .- r: number, as appropriate, on each submittal CO-;17. -act, r t amp: Contract cr must apply Contractor's stamp, apptepriately signets or initialed, which certifies that review, verification Products required, field dimensions, adjacent construction wctk, and coordination of information, is all in accordance wits the requnrements of the Project and Contract doc._rrnents Scheduling: Contractor must schedule the submittals to expedite the Proie'ut, and deliver to the City Engineer for approval, and coordinate the bsbmission o related items. Marking: Contr -sctcr must mark each copy to identify applicable' products, models, optior-s, and other data. Supplement manufacturers' titandard data to provide information unique to this Pro .pct Var -3t i ons : Conrcact or must identify any proposed variations from the 'oratract do( :unents and any Product or system limitations which may be detrimental ? : succe:.sfui performance of the completed work. Speer Re:_luiremef,ts : t ont ra for must provide adequate space for Contractor and Engineer review stamps on all submittal forms. Resubmittals: .: it/actor must revise and resubmit submittals as required by Cit, Engineer and clearly identify all changes made sir-re precious sbmittal. :)istribut on: ;-ntrac :tor must distribute copies of reviewed :>ubnittal t. subcontractors and suppliers and instruct Section A - SP (Revised 12/15/04) Page 19 of 25 subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. Samples: The Contiact:_•r must submit samples of finishes from the full range of mant,facturers' -standard colors, textures, and patterns for City Engineer's sc l ect of Test and Repair Report her specified : n t ~:e Technical Specifications Section, Contractor must submit three (3; copies of all shop test data, and repair report, and 11 on -site test data within the specified time to the City Engineer for ipprova. Otherwise, the related equipment will not be approved for use n the proiec• A -37 Amended „Arrangement and Charge for Water Furnished by the City" NOT USED Under "General Provisions and Requirements for Municipal Construction Contracts ", B-- 6 15 Arrangement and Charge for Water Furnished by the City, add the following: "The Contractor must s Christi's Water "onservation and Drought Contingency Plan as amended (the "Plan "). This " water conservation measures established for changing t ^onditions. The City F,ngincer will provide a copy of thc Plan to Contractor at ,the prc men ue eft- meetin The Contractor will kccp p a copy of thc Plan on 4-4e--444-to throughout construction." A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities The requirements of "Noti Contra :tors 'B'" are incorporated by reference t'r;i i Special Pro vision. A -39 Certificate of Occupancy and Final Acceptance NOT USED 'he- -- issuance of _z certificate constitute A -40 Amendment to Section B -B -6: Partial Estimates :general Provisions and Requirements for Municipal Construction Contracts Section B-8-6: Partial Estimates is amended to provide that approximate estimates from which partial payments will be calculated will•not include the net invoice value pf acceptable, non - perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory tc the City Engineer, that show that the material suppler has been paid for he materials delivered to the Project worksite. A -41 Ozone Advisory Priming and hot -mix paving operations must not be conducted on days for which an ozone advisory has been issued, except for repairs. The City Engineer will notify t :ontractor about ozone alert. if a delay such as this is experienced, the day will not be counted as a work day and the Contractor will be compensated at the unit price indicated in the proposal. Section A - SP (Revised 12/15/04) Page 20 of 25 A -42 OSHA Rules & Regulations ,H. .:d the r€Spons:bility of she Contractor(s) to adhere to all applicable ales and regalat_ic'n while performing any and all City- related projects jobs A -43 Amended Indemnification & Hold Harmless _rider "General Provi.sicc.s and Requirements for Municipal Construction ";,nt: acts" B -6 -21 Indemnification & Hold Harmless, text is deleted in its catiffrty and the fc 11 owir i i s subst it ited in lieu thereof: he C;cr t , actc. snali hoar: the C; ty, its officials, employees, attorneys, rid agents narmiesa and shall indemnify the City, its officials, employees, attorney:, and agents from any and all damages, injury or lab 1 i t whatsoever frzm an act or omission of the contractor, or any ubcontractcr supp ier, mater alman, or their officials, employees, ,genes, ar c:nnsultrsr,ts, or an/ work done under the contract or in onnectic;n therewith by the contractor, or any subcontractor, supplier, materialman, r thei- officials, employees, agents, or consultants. he _ontIacto: shall agen ^_s r.armles employees, attorneys lability wha-_soever fficials, employees auses rjary tc ar. `upplirr r r. ter al A -44 Change Orders hoia the City, its officials, employees, attorneys, and shall indemnify the City, its officials, and agents from any and all damages, injury, or from a negligent act or omission of the city, its attorneys, and agents that directly or indirectly emr-1oyee of the contractor, or any subcontractor, an Aou:c a change rder(s hte required by the engineer, Contractor shall turn stl the engineer a complete breakdown as to all prices charged for work t le change order. (unit prices, hourly rates, sub- contractor's costs and x eakdowns, rasf of materials and equipment, wage rates, etc.). This eakdown information shall be submitted by contractor as a basis for the )f the "hangs order A -45 As Built Dimensions and Drawings (7/5/00) a) Contractor shal make appropriate daily measurements of facilities constructed anc keep accurate records of location (horizontal and vertical of al facilities. n) Upc,r. completlo: of each Facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to shcw as-built cmensions and locations of all work constructed. As a n .i nimurr,, the tinal drawings shall include the following: and vertical ibstitt ionslfield changes. ranges dimensions due to n duipment and dimensions due to substitutions. "Nameplate" data on all installed equipment. Deletion., addition:, and changes to scope of work. Any othca changes made. Section A - SP (Revised 12/15/04) Page 21 of 25 A -46 Disposal of Highly Chlorinated water (7/5/00) The `ontractor shall be responsible for the disposal of water used for esting, disinfection and line flushing in an approved manner. Contaminants n the water, particularly high levels of chlorine, will be used for ris nfect i can, and may exceed the permissible limits for discharge into wet_ar;ds or envir(nmenta Ly sensitive areas. These are regulated by numerous agencies suce as `"NRCC, :-PA, etc. It will be the Contractor's responsibility to . omply wi _r. the requirements of all regulatory agencies in the disposal of ell water used in the pr eject . The methods of disposal shall be submitted to he :I ,.ty for -xpprc val There Mall be no separate pay for disposal of highly hl r.nated water. Contractor shall not use the City's sanitary sewer system or desposal of costamina -ed water. A -47 Pre- Construction Exploratory Excavations (7/5/00) Prier to any construction whatever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vent is:al and ;horizontal location of each crossing and potentially conflicting pipel,ne. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. and Contractor shall survey the accurate horizontal and vertical locations of said parallel pipelines at 300 - feet maximum 0 C. Contractor sha_1 teen prepare a report and submit it to the City for approval indicating the Owner of pipe Ines Excavated and surveyed, as well as the approximate st_atien thereof, distance to the pavement centerline and elevations of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report Exploratory excavations shall he paid for on a lump sum basis. Any pavement repair associated with exploratory excavations shall be paid for according to the established until price of pavement patching. Contractor shall provide al ti; own survey work effort (no separate pay) for exploratory excavations. A -48 Overhead Electrical Wires (7/5/00) Tontra for shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing ehe construction route and along the 2cnst- rzction route. Contractor shat: use all due diligence, precautions, etc., 'o ensure that adequate safety s provided for all of his employees and operators of Equipment and with regard to ensuring that no damage to existing overhead electrical wires er facilities occurs. Contractor shall coordinar e his work with CP &L and inform CP &L of his construction schedule with regard to said overhead lines. Some overhead line: are shown in the construction plans, while others are not. at shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead Lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 22 of 25 A -49 Amended "Maintenance Guaranty" 8/29/00) ride= "Gene eel ! 1 ro' si, is and Requirements for Municipal Construction ire its ": t -: Mainte ?anc Guaranty, add the following: The '' o t rate or q ;arantee is a separate, additional remedy available o °enta it he � it Corpus Christi. Neither the guarantee nor -xpirar ,r. ._; the arantee period will operate to reduce, release, or elirgl;.'r ay qr's ;:r remedies available to the City of Corpus hrist car - ,y . iai es _ cause:; of action against the Contractor or any Cher A ,+_r i al nt_ . ' A -50 Electronic Submittal of Bids The following paragraph modifies Paragraph B -2 -7 - Preparation of Proposal, of ttt- General Provisions The bidder his the optic-_ or submitting a computer - generated print -out, in lieu cf, the Proposal (SHEETS: 1 THRU 18 OF 18), INCLUSIVE. The print -out will ist all bid items (including any additive or deductive alternates) contained on Proposal. Sheets '3 THRU 15 OF 18). If the Contractor chooses to submit a print.- -out the print. -out shall be accompanied by properly completed proposal pages 1, 2, 16 1', and 18. A "sample" print out is shown in Attachment II addition tale print: out will contain the following statement and nature, a,-t_ ,r the last r,id item: — — (Contractor) herewith certifies that the unit prices shown on this print -out for bid items (including a-r, additive deductive alternates) contained in this proposal ere the unit prices ;d no other Information from this print -out. Contractor) e<•knowiedges -:rid agrees that. the Total Bid Amount shown will be read as Its fetal - id ana further agrees that the official Total Bid amount will be determined by mu eipeying the unit bid price (Column IV) shown in his - ant -cut by 'he rest eci i ve est _mated quantities shown in the Proposal eolume anc- the thee total og the extended. amounts. (Signature) t1 (Date'" A -51 Value Engineering The Coritractor's attention is directed to paragraph B -4 -5 Value Engineering incentive Procedure°, of lne General Provisions, which states: "After award t the contract, tto Contractor may develop and submit, to the City Engineer, is_ue Engineering C-ange I°oposals (VECP'S) identify potential reductions in e retract cost by effective ehanges to the contract plans and ,pec, - i :aticr s 'Inerefe a e , the Contractor shall fully examine the plans, >pe cl 'cations and contra e. :ocuments, as well as, the project location, )nst ructior:- p lase chedul -- in Appendix :'., traffic control plans, method of award, contract calendar iayr and liquidated damages, and all other major .ems involved in the opt. of the project to J judge for itself the -i_cumsiances A oid d ffr .,i Les affecting the work to be performed and obtain _ r' f ormat : ; rege i ree t make an intelligent proposal . The Contractor's attention is further lit _tee; to paragraph B -2 -3 Examination of Plans, Specilieatiene znd eta- the Work, of the General Provisions. In other Section A - SP (Revised 12/15/04) Page 23 of 25 ores the ,.oncrrector st:ail complete it's proposal to the best of it's obi: i`y, as eurrenely prc'.idec . A -52 Dust Control (ontrector shall rake reasonable measures to prevent unnecessary dust. Earth surfaces subiect to dusting shall be kept moist with water or applications of ca chemical dust suppressant. When practicable, dusty materials in piles or in trensit shall be covered to prevent blowing dust. A -53 Dewatering and Disposal hi:- item stall be paid for as shown in the proposal where dewatering is reeded to keep the excavation dry, as approved by the Engineer, and shall include all costs to prow rde a dry foundation for the proposed improvements. Storm water chat enters an excavation can be pumped out as long as care is taken to minimize . solids and mud entering the pump suction and flow is pumped to e location that allows for sheet flow prior to entering a storm water erainege ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berms prior to entering the storm water system. Sheer flow and ponding is to allow solids screening and or settling prior to entering e storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream (Oso Bay). Testing of groundwater quality is to be performed by City, at the City's cost, prior tc commencing discharge end shall be retested by the City, at the City' : expense, a minimum of once a week. The Contractor shall coordinate with the City, on all tes' ina. Test will also be performed as each new area cf cerstruction is starter` Another optic: for dispo:,al of groundwater by the contractor would include pumpirg to Me nearest sanitary sewer system. If discharging to temporary holding tanks and truckin g t._ a sanitary sewer system or wastewater plant, the costs for these operations shall be negotiated. Other groundwater :i s sposal alternatives or olut ions may be approved by the Engineer on a case Y case bases. Prior to pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Aark ShelJ 85? -1817 to obtain a "no cost" permit from Lite Wasrewater Department. The City will pay for any water quality testing or water analysis :os* required. The permit will require an estimate groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit ever ;eight, record water level again, pump hole or trench dry to 3 holding tank or vacuum truck then record how long it takes to fill to ?Ltgi nel leve !. and svernioht level. Section A - SP (Revised 12/15/04) Page 24 of 25 SUBMITTAL TRANSMITTAL, FORT PROJECT: Wooldridge Road Reconstruction Phase 2- Airline to Rodd Field Road Bond 2004 PROJECT No, 6266 OWNER1 CITY OF CORPUS CHRISTI ENGINEER: LNV Engineering CONTRACTOR: SUBMITTAL DATE- APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL NUMBER: SUBMITTAL Section A - SP (Revised 12/15/04) Page 25 of 25 3/8 3/8" BACKGROUND CC 1 0 a. cc 0 0 11. 0. 1 _J r / 1 r-2 1/8" ,7N 4' 0- 1'-- 10 1/2" 2 '-- ATTACHMENT 1 Lonoc.1 sale, out55\ ,-rannumt■ winul, SAMPLE COMPUTER PR [NT -- OUT PROJECT TITLE DATE (YOUR COMPANY'S NAME HERE) Bid Item Al A2 Etc. Etc 1 Etc D21 Qty. Units Item Description IV V 34,475 SY Street Excavation 5,033 SY 6" Cement STBL Salvage Base 33 FA Unit Price in - Figures Bid Item Ext. • Qty X Unit Price 00.00 00.00 00.00 00_00 00.00 00.00 Sub rota! Base Bid "D" Items (Items DI-D2I) Sub-Total Base Bid "A" Items Sub-Total Base Bid "B" Items $ Sub-Total Base Bid "C" Items $ Sub-Total Base Bid "D" Items $ Total Base Bid Items $ Attachment II Page 1 of 1 PART C - FEDERAL WAGE RATES AND REQUIREMENTS -ever: Dec,-e Nurreer XU 1000 06/13/2003 TX39 e b e r 5 ded Gene .a) r ci eice No. " "X02003 1 at< TEXAS :ns: rL:ction "vt>e : ni -lAVx" cunt) Les; NIECE SAN PATR [CTO EEAVY CONSTRUCTION PROJECTS (tr:Ludinq .3ewer and Water Line onstrtction and Dranage P7ojects) Modification Number Publication Date 03/12/2003 COUNTY () es) : NUECES SAN PATRI IO ;t1TX20` 2A 12/-31 /198 CARPENTERS (Excluding Form Setting) CONCRETE FINISHER ELECTRICIAN LABORER:.: 0omrnor Utility POWER EQUIPMENT :OPERATORS: Hackhce Motor Grader Rates $ 3.05 . 5 F; 13.37 '3.64 .6. 3.21 H.72 Fringes 2.58 WELDERS -- Receive rite pre>cribed for :raft performing operation to which welding i5 incidental Unlisted classifications needled for work not included within e' the scope of the ciaseificat.Lons Listed may be added after award only as provide] in the labor standards contract clauses (29 CFR 5.5(a)( )(ii) In the listing above, the "Si" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit, rates. Other designations indicate unions whose rates `lave been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initia decision in the matter? This can be * an existing published wage determination * a survey underlying a wage determination http://www.wdol.gov/wdoi/scafiles/davisbacon/tx39.dvb Page 1 of 2 10/2/2006 W -.q-? and teeer G_•, ision -tt -, setting forth a postt.on 3r a wage deterare atlee matter c •n`ormane( add:tior.a ]a7eetication and rate) ul:.,e { on survey related natters, eit;a.i contact, including requests r summaries of sureys, should be with the Wage and Hour Regional_ Office for the area in which the survey was conducted because those Region<,1 Offices have responsibility for the Davis- Bacon survey program. If the response from this initial contact is not satisfactory, thee the process described in 2.) anH 3 should followed_ W_th se card to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch (* Construction Wage )etermi -;ati )ns. Write to: Branch of ionstrlction Wage Determinations Wage and hoer Di vision U.. S. Department of Lab •r 20C Constitution Avenue N. 4. Washington. D. C 2021; 2.) If the answer to che queition in 1.) is yes, then an interested parry (those affected by the action) can request review and reconsideration f )m the Wage and Hour Administrator (See 2 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hoer Admiraistrator J.S. Department of -labor 200 Constitution Avenue, N. W. Washinaton, D. C 0210 The request should be accompanied by a fell statement of the interested party's position end by any information (wage payment data, project description, area ;practice material, etc.) that the reguestor considers relevant to the issue -. 3.! If tie decision of the Administrator is not favorable, an interested party may appeal cirect.ly to the Administrative Review Board ;formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. :021 4.? Ale decisions by the Administrative Review Board are final. END OF GENERAL DECISION http_i /www.wdol.gov /wdoli cafiles /davisbacon/tx39.dvb Page 2 of 2 10/2/2006 ,F-ner 3 v'j :her r? 30 e % 02/25/2005 TX122 >t 3t, : Texas nst riection 'ides: Heavy d Highway unties: Naece s, San Parri( is and Victoria Counties in Texas. HIGHWAY CONSTRUCTIONN PROJECTS (excluding tunnels, building structures in rest /.rea projects & railroad construction; bascule -, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) Medif .ation N mber SUTX2005 -007 1 :/09/2004 Publication Date /2.8/2005 02/18/2005 0 /25/2005 Rates Fringes Asphalt Distributer. Operator...$ 12.42 0.00 Asphalt paving machine operator$ 11.5/ 0.00 Asphalt Raker. $ 9.36 0.00 Bulldozer operator $ 10.90 0.00 Carpenter.._, ... $ 10.71 0.00 Concrete Finisher, Paving $ 12.13 0.00 Concrete Finisher, Structures$ 11.16 0.00 Concrete Rubber . . ..... . .. $ 10.5'!) 0.00 Crane, Clamshell, 3ackboe, Derrick, Drag tne, Shovel Operetor.. .$ 12.5` 0.00 Flagger..... . $ 7.1' 0.00 Form Builder /Setter, Structures$ 11.41 0.00 Form Setter, Paving & Cur^., $ 9.6g 0.00 Foundation Drill_ Operator, Truck Mounted.. .$ 15.32 0.00 Front. End Loader Operator.. .$ 10.05 0.00 Laborer, common........... $ 8.35 0.00 Laborer, Utility... ... $ 9.09 0.00 Mechanic.. ...... $ 13.1/ 0.00 Motor Grader Opera; or, Grade....... . .. _......... $ 13.78 0.00 Motor Grader Opera:or, Rogh$ 15.00 0.00 Pipelayer.._ $ 9.00 0.00 Roller Operator, Pteumati Self - Propelled. .$ 8.57 0.00 Roller Operator, Seel Wheel, Flat: Wheel;''Pamping........... $ 8.57 0.00 Roller Operator, S:ee1 Wheel, Plant Mix Pavement $ 9.49 0.00 Scraper Operator.. .. ... _$ 9.61 0.00 Servicer..., .$ 10.75 0.00 Structural Steel Worker...... .$ 14.00 0.00 Truck driver, lowboy -Floa- .. .$ 14.1) 0.00 Truck driver, Single Axle Heavy .$ 11.39 0.00 Truck driver; Single Axle. http: / /www.wdol.gov /wdo i /scafiles /davisbacon/tx 122.dvb Page 1 of 3 10/2/2006 Llat.t.. ..$ 9.00 0.00 Tr.L k Drive _ . far, iem Axl,. Scm- , -Trai .S 9.39 0.00 Werner.. .$ 18.30 0.00 W(: -.- Zone Ba r -ca ie Sery cer .$ 8.47 0.00 WELDII.S - Re rve rate pre >>ribed for graft performing operation to which welding is tncidental. Unlisted class_fica ions needed for work not included within trae scope of the classifications listed may be added after award only as prcvi led in 'le ';;bor standards contract clauses 29Cr8 5.5 t i.i the listing above, the ':U" designation means that rates i :_sted under the identifier do not reflect collectively bargained wage and fringe tenefit rates. Other designations indicate unions whose rates have been determined to be prevai ing. WAGE DETERMINATION APPEALS PROCESS Hat there pen ,ai initial decision in the matter? This can ne : an existing publi>hed wa,e determination a survey underlying a wale determination a Wage and Hour Division Letter setting forth a position on a wage determination mat".er a conformance (additione cl:issificat: ion and rate) ruling vin survey related matters. bait :al contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for he area in which the survey was conducted because those Regional Offices have responsibility for the Davis - Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) �a-ici 3 ) shoals he followed, With regard tc any other matter not yet ripe for the formal process described here, initial tontact should be with the Branch 4 Constructinn Wage i)eterm.inations. Write to: i;ranch `f Construction Wage Determinations gage dour Divi. =i. D.S. Department of Lar>or 00 Cons. - i tuti pn Aven-;e, N.W. Washington, DC 202.0 I1 the answer to the quentic„ in 1.) is yes, then an http://www.wdol.gov/wdoliscafiles/davisbacon/tx122.dvb Page 2 of 3 10/2/2006 ilteiefted parr., ;those affected by the action) can request view and re:)risideratic::n from the Wage and Hour Administrator ee CFR Farr i.r and 29 CFR Part y). Write to: Wage Ile Hou Administrat-,r .S. Department L)bo? 200 (inns° 1 l]t ?_on Avenue, N.W. Washington, 2021C 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, that the requestor considers relevant to the issue. .) :f the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (for_merl.y the Wage Appeals Board). Write to: Administrative Review Board I.S. Department of Labor 200 Const i.tut on Avenue, N.W. Washinq':cn, 20210 A_1 decisions by the Administrative Review Board are final. END !)'' GENIRAL DE:ISI')N http://www. wdol .gov /wdoUscafiles /davisbacon/tx 122.dvb Page 3 of 3 10/2/2006 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMEN ` CHANGES THE POLICY - PLEASE READ IT CAREFULLY V ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: 1' (`OMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Corpus Christi Department of Engineering Services Attn. Contract Administrator P. O. Box 9277 Corpus Christi, Texas 78469 -9277 (If no entry appears above, information required to complete this endorsement will be shown in the Declaration as applicable to this endorsement A. Section II -- Who Is An Insured as amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: Exclusions This insurance does not apply to "bodily injury" or property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or 2 That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project CG 20101001 Insured: H & G Contractors, Inc Effective 6/23/06 Randal M. Lee Authorized Representative Pol # Managing Partner Title: TE 99 01B V .ADDITIONAL INSURED This endorsement modifies insurance provided under the following: Y BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 6/23/06 Named Insured N & (3 Contractors. Inc Policy Number C 070926114 Countersigned( Authorized Representative) The provisions and exclusions that apply tc LIABILITY COVERAGE also apply to this endorsement. Additional insured: City of Corpus Christi Dept. Of Engineering Services Attn: Contract Administrator P. O. Box 92'7 Corpus Christi, TX 78469 -9277 is an insured, but only with respect to legal responsibility for acts or omissions of a person for whom Liability Coverage is afforded under this policy. The additional insured is not required to pay for any premiums stated in the policy or earned from the policy. Any return premitn'n and any dividend, if applicable, declared by us shall be paid to you. You are authorized to act for the additional insured in all matters pertaining to this insurance. We will mail the additional insured notice of any cancellation of this policy. If the cancellation is by us, we will give ten days notice to the additional insured. The additional insured will retain any right of recovery as a claimant under this policy. FORM TE 99 O1B - ADDITIONAL INSURED Texas Standard Automobile Endorsement Prescribed by March 19, 1992 ATTACHMENT 2 2 OF 2 COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY J TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: /COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS / COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE City of Corpus Christi Dept. Of Engineering Services ✓ Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 Number of days advance notice: THIRTY (30) Named Insured: H & G Contractors, Inc Policy Number: 02070926033-) Effective Date of This Endorsement: Authorized Representative: 6/23/06 Name (Printed): R. M. Lee Title (Printed): Managing Partner CG02115 (01/96) ATTACHMENT 3 1 OF 3 TE 02 02A t/ CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: This e BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM rsement changes the policy effective on the inception date of the policy unless another date is indicated below: Endorsement Effective 6/23%06 Named Insured Policy Number C2070926114 H & G Contractors, Inc CourItersigthy (Authorized Representative) THIRTY (30) days before this policy is canceled or materially changed to reduce or restrict coverage we will mail notice of the cancellation or change to City of Corpus Christi fDept. Of Engineering Services Attn: Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469 -9277 Authorized Representative: Name (Printed): Title (Printed): FORM TE 02 02A - R. M. Lee Managing Partner CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT Texas Standard Automobile Endorsement (Ed. Effective 3/92) ATTACHMENT 3 2 0F3 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 06 01 (ED. 7 -85) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies on]d to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Number of days advance notice: 30 ✓ 2 Notice will be mailed to City of Corpus Christi Department of Engineering Services Attn. Contract Administrator P 0 Box 9277 Corpus Christi, TX 78469 -9277 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 6/23/06 r Policy No. WC2070926159 / Endorsement No. Insured H & G Contractors, Inc ✓ Insurance Company Transcontinental Ins. Co. Countersigned By: WC 42 06 01 Name (Printed): (Ed ? -84) Title (Printed): R. M. Lee Managing Partner ATTACHMENT 3 3 0F3