Loading...
HomeMy WebLinkAboutC2008-197 - 5/27/2008 - Approved'~ ~, s 2008 197 'i _,, M2008 128 , 05/27/08 j Longhorn Excavators ' ~` r .. _ . ~. i _ . '`f i ,,, ~;_ _ ~ '1 T ,'a: ~. y :.;~ _:. '; ~ .. ~~ l~ ~_ SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR CEFE F. VALENZUELA LANDFILL SECTOR 4A LINER & LEACHATE COLLECTION SYSTEM 8~ SECTOR 4B EXCAVATION Prepared by: Chiang, Patel & Yerby, Inc. _ ~„~~\\ 1820 Regal Row, Suit 200 / y~pgBOF t~X~l'I Dallas, Texas - 75235 `9 ' ••• Phone - 214-638-0500 i' * ;' '• Fax-214-638-3723 ~"""""'~•••••~~ FRANK E. PUGSLEY FOR l y/~/O DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI, TEXAS Phone: 361!880-3500 Fax: 361 /880-3501. PROJECT NO: 5225 DRAWING NO: SLF-117 CEFE F. VALENZUELA LANDFILL SECTOR 4A LINER & LEACHATE COLLECTION SYSTEM & SECTOR 4B EXCAVATION Specifications Prepared By: Civil, Mechanical: Chiang, Patel &Yerby, Inc. OF TPy ~\ "MS ~r ; ' ..t.... ? ::................SLEY FpANK E. PUG......., Electrical: ' Chiang, Patel &Yerby, Inc. t~~ ~js~os ~: ! ANNIE LEVESQUE ~~94943~ 9 '• 04 0 -68 CEFE F. VALENZUELA LANDFILL SECTOR 4A LINER & LEACHATE COLLECTION SYSTEM & SECTOR 4B EXCAVATION PROJECT N0.5225 TABLE OF CONTENTS NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A -SPECIAL PROVISIONS A-1 Time and Place of Receiving Proposals/Pre-Bid Meeting A-2 Definitions and Abbreviations A-3 Description of Project A-4 Method of Award A-5 Items to be Submitted with Proposal A-6 Time of Completion/Liquidated Damages/Incentive Allowance A-7 Workers Compensation Insurance Coverage A-8 Faxed Proposals A-9 Acknowledgment of Addenda A-10 Wage Rates (Revised 7/5/00) A-11 Cooperation with Public Agencies (Revised 7/5/00) A-12 Maintenance of Services A-13 Area Access and Traffic Control A-14 Construction Equipment Spillage and Tracking A-15 Excavation and Removals A-16 Disposal/Salvage of Materials A-17 Field Office A-18 Schedule and Sequence of Construction A-19 Construction Staking A-20 Testing and Certification n o, o...•e..a e;,.,,~ (not used) A-22 Minority/Minority Business Enterprise Participation Policy (Revised 10/98) A-23 Inspection Required (Revised 7/5/00} A-24 Surety Bonds (no longer applicable) TOC-1 A-26 Supplemental Insurance Requirements A-27 Responsibility for Damage Claims A-28 Considerations for Contract Award and Execution A-29 Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Requirements A-31 Amended Policy on Extra Work and Change Orders A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents (not used) A-36 Other Submittals (Revised 9/18/00) A-37 Amended "Arrangement and Charge for Water Furnished by the City" A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-39 Certificate of Occupancy and Final Acceptance A-40 Amendment to Section B-8-6: Partial Estimates A-41 Ozone Advisory A-42 OSHA Rules & Regulations A-43 Amended Indemnffication & Hold Harmless (9/98) A-44 Change Orders (4/26/99) A-45 As-Built Dimensions and Drawings (715/00) A-46 Disposal of Highly Chlorinated Water (7/5/00) e n~ o.e r....~~..~,.~~,... ~.,.,i,...,i,.... ~,,,..,.,~«~,..,~ niGmm (not used) A-48 Overhead Electrical Wires (7/5/00) A-49 Amend "Maintenance Guaranty" (8/24/00) A-50 Errors and Omissions e c~ Te.,..~ ne.,.,.+..,e..~ s i ~.. ....a oe..,.i.,FO,.., irni o~ (nOt USed) A-52 Geotechnicallnvestigations A-53 Daily Construction Reports not used) .° ~, w--Der;,,;~(not used) A-56 Amended "Prosecution and Progress' A-57 Dewatering PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS -NOT USED PART T - TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL PROVISIONS 01010 -Summary of Work ............................ ................................................... 1-3 01051 -Grades, Lines, and Levels ................ ................................................... 1-2 01092 -Abbreviations ................................... ................................................... 1-5 01150 -Measurement and Payment ............. ................................................... 1-2 TOC-2 01153 -Change Orders ............................................................................::...... 1-3 01165 - Stormwater Management and Control ................................................ 1-5 01200 -Project Meetings ................................................................................. 1-1 01300 -Submittals ........................................................................................... 1-5 01310 -Construction Schedules ...................................................................... 1-3 01350 -Operation and Maintenance Data ....................................................... 1-3 01370 -Schedule of Values ............................................................................. 1-2 01400 -Quality Control .................................................................................... 1-2 01410 -Testing Laboratory Services ................................................................ 1-3 01500 -Temporary Facilities &Controls .......................................................... 1-4 01510 -Protection of the Environment ............................................................. 1-2 01600 -Material and Equipment ...................................................................... 1-5 01700 -Contract Closeout ............................................................................... 1-3 01720 -Project Record Documents ................................................................. 1-2 01750 -Warranties and Bonds ......................................................................... 1-2 DIVISION 2 -SITE WORK 02100 -Site Preparation ......................................................... ......................... 1-2 02140 - Dewatering and Seepage Control .............................. ......................... 1-3 02200 -Earthwork ................................................................... ......................... 1-5 02223 -Trench and Excavation Safety Systems ..................... ......................... 1-4 02225 -Trenching, Backfilling, Embedment and Encasement ......................... 1-5 02227 -Waste Material Disposal ............................................. .....................:... 1-2 02231 -Drainage Aggregate ................................................... ......................... 1-2 02250 -Compacted Clay Liner ................................................ ......................... 1-3 02256 -Protective Soil Cover .................................................. ......................... 1-2 02535 - Repair of Pavement ................................................... ......................... 1-4 02745 -Leachate Collection System ....................................... ......................... 1-4 02778 - HDPE Geomembrane ................................................ ....................... 1-13 02800 - Geotextile Material ..................................................... ......................... 1-5 02801 -Drainage Geocomposite Material ............................... ......................... 1-5 25802 -Temporary Traffic Controls during Construction ......... ......................... 1-5 DIVISION 3 -CONCRETE 27402 -Reinforced Concrete Pipe Culverts (S-60) .......................................... 1-7 03100 -Concrete Formwork ............................................................................. 1-6 03200 -Concrete Reinforcement ..................................................................... 1-5 03300 -Cast-in-Place Concrete ..................................................................... 1-14 DIVISION 11 -EQUIPMENT 11300 -Leachate Pumps ............................................................................... 1-12 TOC-3 DIVISION 15 -MECHANICAL 15065 -Polyethylene Pipe and Fittings ...............................................:............ 1-3 DIVISION 16 -ELECTRICAL 16010 -Electrical General Provisions ............................................................ 1-10 16012 -Identifications ..............................................................:...................... . 1-2 16020 -Utilities ................................................................................................ . 1-1 16030 -Grounding .......................................................................................... . 1-4 16073 -Hangers and Supports for Electrical Systems .................................... . 1-4 16110 -Raceways ........................................................................................... . 1-4 16120 -Conductors 600V and Below .............................................................. . 1-5 16191 -Miscellaneous Equipment .................................................................. . 1-3 16289 -Transient Voltage Suppression .......................................................... . 1-3 16360 -Underground Duct Banks ................................................................... . 1-3 16438 -Dry Type Transformers 600V and Below and Rated 150kVA and Smaller ............................................................................................... . 1-3 16445 - Panelboards -Distribution and Branch Circuits ................................. . 1-4 APPENDIX 1 -SOIL AND LINER QUALITY CONTROL PLAN (SLQCP) APPENDIX 2 -STORM WATER POLLUTION PREVENTION PLAN (SWPPP) LIST OF DRAWINGS GENERAL G-1 COVER G-2 GENERAL NOTES CIVIL C-1 GENERAL SITE PLAN C-2 SECTOR 4A -EXCAVATION C-3 SECTOR 4A-TOP OF CLAY LINER C-4 SECTOR 4A-TOP OF PROTECTIVE SOIL COVER C-5 SECTOR 4B -EXCAVATION PLAN C-6 SECTOR 4A & 46 EXCAVATION PROFILES C-7 LINER DETAILS I C-8 LINER DETAILS II C-9 LINER/LEACHATE COLLECTION C-10 LEACHATE PIPE CLEANOUT C-11 PERIMETER DITCH C-12 ROADSIDE CHANNEL DETAILS C-13 PIPE AND VAULT DETAILS C-14 HEADWALL DETAILS C-15 DROP INLET DETAILS I C-16 DROP INLET DETAILS II C-17 STORM WATER POLLUTION PREVENTION PLAN DETAILS TOC-4 ELECTRICAL E-1 ELECTRICAL NOTES AND LEGENDS E-2 -ONE-LINE DIAGRAM AND SCHEDULES E-3 CONTROL SCHEMATIC AND ELECTRICAL DETAILS I E-4 ELECTRICAL DETAILS II E-5 ELECTRICAL SITE PLAN NOTICE AGREEMENT PROPOSAUDISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND TOC-5 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: CEFE F. VALENZUELA LANDFILL SECTOR 4A LINER & LEACHATB COLLECTION SYSTEM & SECTOR 48 EXCAVATION consists of the construction of landfill Sector 4A including preparation of sub-grade, compacted clay liner, leachate collection and conveyance system, leachate and groundwater collection sumps; Installation of geo-synthetic liner and drain layer components, mass excavation of Sector 4B to a nominal two feet above sub-grade; all mechanical, electrical and instrumentation for operation of the leachate collection system, dewatering controls, and construction of required drainage control structures in accordance with plans, specifications and contract documents; Bids will be received at the office of the City Secretary until 2:00 P•m. on May 07, 2008, and then publicly opened and read. Any~id received aver closing time will be returned unopened. A pre-bid meeting is scheduled for 10:00 a.m., Wednesda A ril 30, 2008 and will be conducted by the City. T e oca ion o t e mee iag wil~be the Department of Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. A bid bond in the amount of 5~ of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non-responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fift and no/100 Dollars ($50.00) as a guarantee of their return in goo condition within two was of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non-refundable postage/handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS. A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPB OF INHIIRANCB MINIMOM IN3DRANCB COVHRAGB 30-Day Notice o£ Cancellation required on Bodily Injury and Property Damage all certi £icatea P8R OCCURRSNCS / AGGRBGATS Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard ' 5. Products/ Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage S. Independent Contractors 9. Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS' WORKERS' COMPSNSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ^ REQUIRED Not limited to sudden & accidental discharge; to include long-term NOT REQUIRED environmental impact for the disposal of contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements ® REQUIRED NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED ® NOT REQUIRED Page 1 of 2 OThe City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. OThe same of the project must be listed under "description of operations" on each certificate of insurance. OFor each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, providing the City _ with thirty (30) days prior written notice of cancellation of or material change on any coverage. The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B-6-11 or Special Provisions section of the contract. A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 890-3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building or construction project must be covered by worker's compensation insurance, authorized self-insurance, 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) to 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, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil Statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 9(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. Certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. The Contractor is required to submit to 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 Project; and 3. The Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with this Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS- B (Revised 1/13/98) Page 1 of 7 8/7/90 "a_L'C J: C Tiile 2S. L~iSL'R~tiCE Part II. TE_~AS ~ti ORIhERS' CODSPENSATIO\` COVl\~IISSIO\ Chapter 110. REQliTRED ri`OTICES OF COVERAGE Subchapter B. E14PLOYER \OTICES § 110.110 Reponing Reauiremenu for Building or Construction Projecu for Governmental Entities (a) The followine words and certns, when used in this rule, shall have the following meanings, unless the context clearly indicates ot`terwise. Te:tns not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of cove:zge (ce.^.incat~l-~ copy of a cerancate of ~^surance, a cenificate of auwority to self-insure issued by the coruaission, er a workers' compensaten coverage agreement (TWCC-S I, TWCC-82, T9/CC-83, or TWCC-S4), showing statutory workers' compensaton insurance coverage for the person's or entity~s employees (including those subject to a coverage zgreement) providing services on a project, for the duration of the project. (2) Building or constnction-lies the meattitts defined in the Texzs Labor Code, § 406.096(e)(1). (3) Contractor-A person bidding for or awazded a building or construction project by a governmental entity. (4) Coverage-Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement-A wtittea agreement on form TWCC-S1, form TWCC-S2, form T WCC-S3, or form TWCC-84, filed with the Te.~cas Workers' Compensation Commission which establishes a relarionship between the parries for purposes ofthe 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 respoitsible 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 compiered and accepte3 by the govemmmental entity. (7) Persons croviding sendces on the oroiect ("subcontractor" ir. g 406.096 of the Act)-« ith ~e exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities pe:iortning all or out of the services the contractor has undertaken to perform on the project, regazdless ofwhether that person contracted directly with the contractor and regazdless of whether that person has employees. This includes but is not limited to.independent contractors, subcontractors. leasing companies, motor curlers, owner-operators, employees of any such entity, or employees of am entity famishing persons to perform services on the project. "Services" includes but is not limited :iOTICE TO CONTRACTORS - ? Revised 1/1]/981 g/7/gS htto:i/www.ses.state.t:c.us/tad23/II/I10/B/1IO.IIO.htnil Page z oe T ~BT:.C:...,., Page 2 cf 6 :o pr c•.i;::-s, ~.:iine, or de~verine equip,:.en: or -z:eri]is. cr croviding labor, L ~*tsnc-zt:on. or other service :.._,_~ to a orojer.. "Services" does noc it:cis~e acti~i^:es un: elated [o the prole ~_ such as ioodiceve: z_e vendors, eiuce supply deliveries, arm deiiverv of portable toilets. (8) Preiea-7cludes the provision of all services related to a building or constntction co::;act for a govern .._ entity. _ (b) Provid;r^< or causing to be provided a certificz:e of coverage pursuant to this rule is a represen*~;<on by the insured :hat all employees of the insured who are providing services en the project a_-e covered by workers' compensation cove: xze, that the coverage is based on proper reporting of"classification caries and payroll amounts, znd that aL coverage agreements gave been filed with t<':e appropriate insurance carrier or, in the case of aself-insured, with the cotmnissioc's Division of Self-Irsurx:.ce Reguiatior_ Providing false or misleading certificates of coverage, or failing to provide or t :aintain required coverage, or failing to report any c:.znge that materially auees the provision of coverage may subject the contractor or other person providing services on the project to adtttinisti~*~ve eenalties, criminal penalties, civic penalties, or other civil actions. (c) A goverr~ ental entity t::at enters into a building or construr_ron contract on a project shall: (1) include ir. tae bid specincations, all the provisions of paraeraph ('i7 of this subseaio4 using the language required by paragraph (7) of this subsection; (2) as part o: the contract, using the language reauired by paza2'aoh (~ of this subsection, require the contractor to perform as required in subsection (ci) of this section; (3) obtain ~cm the convacor a certificate of wverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain iicm the contractor a new certificate of coverage showing extension of coverage: (A) before tre end of the cur. ent coverage period, i.°i<tre contractor's current certificate of coverage shows that the coverage per'od ends doting the duration of the project and (B) no iazer than seven days after the expiration of the coverage for each other person oroviaing services on the project whose current certificate shows that the coverage period ends during the titration of the project; (5) retain ce: rificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the ce:.ificates of coverage to the commission upon request and to any person entitled :o them bylaw; and (7) use the la:._.tage contained in the following Figure 1 for bid reciiicarions and contracts, without any additionz: words or changes, except those required to accommoaate the specific document in which they are contained or to impose stricter standards of documentation: T28S110.110(c)(7) tbl NOTICE TO CONTRACTORS - 3 Revised 1/1]/991 http://www.sos.state.tx.us/tac'~3/IU110B/110.IIO.httnl Page ] oc ~ 8~~~08 .3 T.yC 110.110 Page .i of b ~) A con[ractor shall: i) provide coverage for iss emoieyees croviaing services on a project, ,`~: u:e duration of the project ~~sed on proper reporine of classiYca::on codes and parTeil amounts asd ^~i~g of any coverage agreemenss; - 31 provide a certificzte of coverage showing workers' compensation coverage to the governmental eatiry prior to beginning work on the project; l3) provide the governmental enti^:, prior to the end of the coverage period, z new certificate of coverage showing extension of Beverage, if the coverage period shown on the contractor's current certificate of coverage ends during t::e duration of the project; (4) obtain from each person providing services on a project, and provide to t:^.e governmental entity: (A) a certificate of coverage, prior to thzt person beginning work on the project, so the governmental entity will have on file cer[ifiaates of coverage showing coverage for all persons providing services on :::e project; and i~) no later than seven days after receipt by the contractor, a new cetificate of coverage showing extension of coverage, if the coverage period shown on the current certificzte of coverage ends during [he duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (b) notify the govertmental entity in writing by certified maii or personal delivery, within ten days after the wntraaor knew or should have known, of a~ change that materially aiiects the provision of coverage of any person providing services on the project; (7) past 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 noticr~ shall be the following text provided by the wmmission on the sample notice, vrtthout any additiotral words or changes: REQUIIZED WORKERS' 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. i`.is includes persons providing, hauling, or delivering ecuipmem or materials, or providing labor or [ransportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compersation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verity whether your employer has provided [he required coverage, or to report an employer's failure to provide coverage." xortcs :o coxxw.croPS - a ::tt /lwww,sos.slate.tx.us/tad28/II/IIOB/I10.110.htm1 aevisee 1/17/981 8/7/98 p: Page ~ of 7 2S TnC i 1v.110 Yage 4 of 6 ;~„ with w•hcr.. contraes :o .:oxide services c : ~ -:-oject to: (8) coa::acn:~ily req::..° each peaon - (A) provide coverage based on proper reporting of classincarion codes and pavroii zr..ounts and filing of any coverage agree:nens for'..ii of its employees providing services en the prole^.:or the duration of the project; (B) provide a certificate of coverzge to the con~2aor prior to that person begitui.^g'%:ork on the project; (C) include in zll contras to oro~ide services ea the project ;he lznguage in subsecticn (e)(3) of this section; (D) provide the contrace:, prior :o the end of tre coverage peioa, a new certificz:e of coverage showine extension of coverage, if the coverage period shown on the cturent certificate of coverage ends dt:ring the dtration of the project; (E) obtain from each other person with whom is contracts, and provide to the contractor: () a certiticate of coverage, prior to the other person beguuting work on the project; a^.d (u) prior to the end of the coverage period, a rew certificate of coverage showing ere:lion of the coverage period, if the coverage period shown on the current certificate of coverzee ends during the duration of the project; (F) retain all required ce.^.incates of coverage on nle for the duration of the project z.d for one yeaz therea$er, (G) notify the govemmertzl 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 rite provision of coverage of any person providing services on the project; and (fi) contractually require a :ch other person with whom it contracts, to perform as required by subparagraphs (A)-(F~ of this paragraph, with the certificate of coverage to be provided to the person for whom they aze providing services. (e) A person providing services oa a project, other than a contractor, shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper repotting of cizssifiration codes and payroll amounts and filing of zny coverage agree gents; - (2) provide a certificzte of coverage zs required by its concract to provide services en the project, prior to beginning work on the project; (3) hive the following languaee in iu contract to provide services on the project: " 3y signing this convaa or providing or causine to be provided a certificate of coverage, the person sierrirtg tkus contract is representing to the governmental entity that all employees of the person sianiug this contrzc: who will provide services on the project will be covered by workers' comoensarion coveraee NOTICE TO CONTAACTORS - B http:/h•.^.vw.sos.state.a-us/tac/28/II/I101B/110.110.htm1 ReVi~ea 1/!3/981 8/7/98 Page 5 ct 7 rage ~ of o .,o •n~. ,.v.niv for. t;.e d::ration of ~.e project, that the cc : eraee will be bled on proper reporting of dazsificadon codes and payroll a...ounts, and that all coverage agree.^.tens will be 51ed with the anoropriate insurz.ce c;srier or, ~: the case of aself-insured, with tkre coram:ssion's Division of Self-Insurance Regt:iadoa Provitiine false or misleadine information may subject the wntractor to admirristative penai8es, crimutal peaahies, civil penalties, or other civil actions." (4) provide the person for whom it is providing services on the project, prior to the end of the wverage period shown on iss current ceti$cate of coverzge, a new certificate showing extension of coverage, if the 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 az required by its contract: (A) a certificate of coverage, prior to the Darer person be3nning work on the project; and (B) prior to the end of the coverage period, a new certificaze of coverage showing extension of the coverage period, if the coverage period shown on the current ceruficate of coveage ends during the duauon of the projr-.; (6) retain all required cerrificates of coverage on file for the duration of the project and for one year thereafter, (~ notiry the governmental entity in writine by certified mail or personal delivery, of any change that materially affeess the provision of coverage of any person providing services on the project and send the notice within ten days after the person inrew or should have known of the change; and (8) contactually require each other person with whom it contacss to: (A) provide coveage bazed on proper reporting of classification codes and payroll amotmts and filing of any coveage agreements for all of its e.^.rployees providing services on the project, for the duration of the prajecr (B) provide a certificaete of coverage to it prior to that other person bro~nn7ng work on the project; (C) include in alI contracts to provide services on the project the language in paagaph (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 peaod shown on the current certificate of coveaee ends dtuine the duation of the project; (E) obtain from each ocher person under contract to it to provide services on the project, and provide az reattired by ins contact: (i) a certificate of coverage, prior to the other person begituang work on the project; and (ri) prior to the end of the coverage period, a new certificate of coverage showine extension of the coverage period, if the coverage period shgwn on the current certificate of wveage ends during the http://www.sos.state.vc.us/tac/28/IT/1lOB/110.IIO.htm1 "°''tce =° cocmwcroRS - e 8/7/98 Revised 1/17/981 Page 6 at 7 _s tA~ ttu.uu duration of tae contrar,: Page o of 6 (F) retain ail required certi :cases of coverage en nle for the duration c::he project znd for one year thereafter, (G) notiry the governmental er.:iry in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materaiiy affects the provision of coverage of any person proviaing services on the project; and (f~ contracually require each eer son with whom it contracts, to periern as required by this - subpazagraph and subparagraphs (A){G) of this paragraph, with the certificate of wverage to be provided to the person for whom they aze providing services. (f) Jf any provision of this rule or its application to any person or ~reWzrstance is held invalid, the invalidity does noc affect other provisions or applications of this rule that ean be given effect without the invalid provision or application, and to this end the provisions of this rule aze declared to be severable. (g) This rule is applicable for building or wnstruction contracts adver,:sed for bid by a governmental enrity on or a&er September I, 1994. This rule is also applicable for those building or construction contracts entered into on or after September 1, 1994, which are not required by law to be advertised for bid. (h) The coverage requirement in this rule does not apply to motor carriers who aze required pursuant to Texas Civr7 Statutes, Article 6675c, to register with the Texas Department of Transportation and who provide accidental insurance coverage pursuant to Texas Civil Starutes, Article 6675c, § 4~). (i) The coverage requirement in this rule does not apply to sole proprietary, partners, and corporate officers who meet the requirements of the Act, § 406.097(c), and who aze explicitly excluded from wverage in accordance with the Act, § 406.097(a) (as added by House Br11 1089, 74th Legislature, 1995, § 1.20). This subsection applies only to sole proprietors, partner, and wrporate executive officers who aze excluded from wverage in an +n~+*a*+w policy or certificate of authority to self-insure that is delivered, issued for deIIvery, or renewed on or after January 1, 1996. Source: The provisions of this § I I0.110 adopted to be effective September I, 1994, 19 TexReg 5715; amended to be effective November 6, 1995, 20 TexReg 8609. Return to Section Index NOTICE TO CONTRACTORS ~ B aevisea 3/33/981 3/7/93 http://www.sos.state.nc.usicad23/II/110/B/IIO.I]O.ht3n1 Page v ec ~ PART - A SPECIAL PROVISIONS CEFS F. VALENZIIELA LANDFILL SECTOR 4A LINER & LSACHATB COLLBCTION SYSTHM & SHCTOR 4B BXCAVATION - PROJECT NO. 5225 38CTION A - SPECIAL PROV23ION3 A-1 Time sad Place o£ Receiviaq Proposals/Pre-Hid Meeting Sealed proposals will be received in conformity with the official advertisement inviting bide for the project. Proposals will be received in the office of the City Secretary, located on the first floor of City Hall, 1201 Leopard Street, until 2:00 p.m., Nedaeaday, May 7, 2008. Proposals mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: HID PROPOSAL - CEFE F. VALBNZIISLA LANDFILL SECTOR 4A & LEACHATB COLLECTION SYSTEM & SECTOR PROJECT NO. 5225. A pre-bid meeting will be held on Nedaesday, April 30,2008, beginning at a review of the pro]eCt scone ane S1te visit it requesceu. No additional or separate visitations will be conducted by the City. A-2 Definitions and Abbreviations Section B-1 of the General Provisions will govern. A-3 Description of Project - - CHFE F. VALSNZIISLA LANDFILL SECTOR 4A LINER & LSACHATH COLLHCTION SYSTEM & SHCTOR 48 EXCAVATION consists of the construction of landfill Sector 4A including preparation of sub-grade, compacted clay liner, leachate collection and conveyance system, leachate and groundwater collection sumps; installation of geo-synthetic liner and drain layer components, mass excavation of Sector 4B to a nominal two feet above sub-grade; all mechanical, electrical and instrumentation for operation of the leachate collection system, dewatering controls, and construction of required drainage control structures in accordance with plans, specifications and contract documents; A-4 Method of Award The bids will be evaluated .based on the Total Base Bid, subject to the availability of funds. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, is most advantageous to the City and in the best interest of the public. A-5 Items to be 3ubmittad with Proposal The following items are required to be submitted with the proposal: 1. 5$ Hid Boad (Must reference CSFB F. VALSNZIIHLA LANDFILL SHCTOR 4A LINER & LSACHATE COLLECTION SYSTEM ~ SECTOR 48 EXCAVATION, PROJECT NO. 5225, as identified is the Proposal) Section A - SP (Revised 9/18/00) Page 1 of 22 (A Cashier's Check, certified check, money order or beak draft from say State or National Hank will also be acceptable.) 2. Disclosure of Iateresta Statement 3. Statement o£ Qualification and Contractor In£ormatioa (as required in the Proposal Form). A-6 Time of Completion/Liquidated Damages The working time for completion of the Project will be 148 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") to proceed. For each calendar day 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, $1,500 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 in completion of the work, which damages by their nature are not capable of precise proof. The Director of Engineering Services (City Engineer) may withhold and deduct from monies otherwise due the Contractor the amount of liquidated damages due the City. Early Completion Incentive Allowance (See Proposal Form, item 25) Aa Early Completion Incentive Allowance of $2,000.00 per Calendar Day will be given to the Contractor for satisfactorily completing Sector 4A liner & leachate collection system coastructioa work iacludiag placement o£ protective Boil cover in less thaw 115 days after notice to proceed. The maximum incentive allowance shall be thirty (30) Calendar Days or $60,000.00. This allowance shall be is addition to the mosey due to the Contractor for work performed under the Contract. Contractor shall aoti£y Project engineer o£ completion. Project Bagiaeer will determine whether Sector 4A conatructioa is deemed complete and will notify the City. Early completion allowance does sot apply to Sector 4H 8xcavatioa. The incentive allowance does sot remove the Contractor's potential liability for liquidated damages. A-7 workers Compeasatioa Insurance Coverage if the Contractor's workers' compensation insurance coverage for its employees working on the Project is terminated or canceled for any reason, and replacement workers' compensation insurance coverage meeting the requirements of this Contract is not in effect on the effective date of cancellation of the workers' compensation insurance coverage to be replaced, then any Contractor employee not covered by the required workers' compensation insurance coverage must not perform any work on the Project. Furthermore, for each calendar day including and after the effective date of termination or cancellation of the Contractor's workers' compensation insurance coverage for its employees working on the Project until the date replacement workers' compensation insurance coverage, meeting the requirements of this Contract, is in effect for those Contractor employees, liquidated damages will be assessed against and paid by the Contractor at the highest daily rate elsewhere specified in this Contract. Such liquidated damages will accumulate without notice from the City Engineer to the Contractor and will be assessed and paid even if the permitted time to complete the Project has not expired. In accordance with other requirements of this Contract, the Contractor shall not permit subcontractors or others to work on the Project unless all such individuals working on the Project are covered by workers' compensation insurance and unless the required documentation of such coverage has been provided to the Contractor and the City Engineer. Section A - SP (Revised 9/18/00) Page 2 of 22 A-8 Paxed 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-2 of the General Provisions. A-9 Acknowledgment of Addenda The Contractor shall acknowledge receipt of all addenda received in the appropriate space provided in the proposal. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the proposal, failure to acknowledge receipt, and a subsequent interpretation of non-receipt, could have an adverse effect when determining the lowest responsible bidder. A-10 Wage Rates (Revised 7/5/00) Labor preference and wage rates for Reavy Construction. In case of conflict, Contractor shall use higher wage rate. Minimum Prevailing Wage Scales The Corpus Christi City Council has determined the general prevailing minimum hourly wage rates for Nueces County, Texas as set out in Part. C. The Contractor and any subcontractor must not pay less than the specified wage rates to all laborers, workmen, and mechanics employed by them in the execution of the Contract. The Contractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portionthereof, 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 actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City Engineer. The Contractor will also obtain copies of such certified payrolls from all subcontractors and others working on the Project. These documents will also be submitted to the City Engineer bi-weekly. (See section for Minority/Minority Business Enterprise Participation Policy for additional requirements concerning the -- proper form and content of the payroll submittals.) One and one-half (1 1/2) 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.) A-li Cooperation with Public Agencies (Revised 7/5/00) The Contractor shall cooperate with all public and private agencies with facilities operating within the limits of the Project. The Contractor shall provide a forty- eight (48) hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using the Dig Tesa System at 1-800-344-8377, the Lone Star Notification Company at 1-800-669-8344, and the Verizon Dig Alert at 1- 800-483-6279. For the Contractor's convenience, the following telephone numbers are listed. City Engineer 826-3500 Project Engineer, 626-3500 Chiang, Patel & Yerby, Inc. Robert Fifarek, P.E. 214-638-0500 Traffic Engineer 826-3540 Police Department 882-1911 Water Department 826-1880 Wastewater Department 826-1818 Gas Department 885-6900 Storm Water Department 826-1881 (Fax 241-636-3723) (826-3140 after hours) (826-3140 after hours) (885-6900 after hours) (826-3140 after hours) Section A - SP (Revised 9/18/00) Page 3 of 22 Parks & Recreation Department Streets & Solid Waste Services AEP SBC / A T & T City Street Div. for Traffic Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic)- XMC (Fiber Optic) ChoiceCom (Fiber Optic) CAPROCX (Fiber Optic) Brooks Fiber Optic (MAN) Onyx Pipeline Co. Duke Energy Field Services Enterprise Products KOCH Pipeline Co.LP Copano Field Services Crosstex Energy Services A-12 Maintenance of Servicee 626-3461 626-1970 299-4633 (361/693-9444 after hours) 881-2511 (1-600-824-4424, after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624) 813-1124 (Pager 888-204-1679) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972-753-4355 361-884-7678 361-325-9336 281-550-7533 361-693-1019 361-241-5624 361-668-8580 361-299-4000 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 o£ this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness o£ such information is sot 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 utilities, whether shown in the drawings, the Contractor shall make the necessary repairs to place the utilities back in service to construct the work as intended at no increase in the Contract price. All such repairs must conform to the requirements of the company or agency that owns the utilities. Where existing sewers are encountered and 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. Sewage or other liquid must not be pumped, bailed or flumed over the streets or ground surface and Contractor must pay for all fines and remediation that may result if sewage or other liquid contacts the streets or ground surface. It is also the Contractor's responsibility to make all necessary repairs, relocations and adjustments to the satisfaction of the City Engineer at no increase in the Contract price. Materials for repairs, adjustments or relocations of sewer service lines must be provided by the Contractor. A-13 Area Access sad Tra££ic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists. All weather access must be provided to all residents and businesses at all times during construction. The Contractor must provide temporary driveways and/or roads of approved material during wet weather. The Contractor must maintain a stockpile on the Project site to meet the demands of inclement weather. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of adjoining properties. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. Section A - SP (Revised 9/18/00) Page 9 of 22 The Contractor shall comply with the City of Corpus Christi's Uniform Barricading Standards and Practices as adopted by the City. Copies of this document are available through the City's Traffic Engineering Department. The Contractor shall secure the necessary permit from the City's Traffic Engineering Department. All costs for traffic control are considered subsidiary; therefore, no direct payment will be made to Contractor. A-14 Conatructioa 8quipment Spillage and Tracking The Contractor shall keep the adjoining streets free of tracked and/or spilled materials going to or from the construction area. Hand labor and/or mechanical equipment must be used where necessary to keep these roadways clear of job-related materials. Such work must be completed without any increase in the Contract price. Streets and curb line must be cleaned at the end of the work day or more frequently, if necessary, to prevent material from washing into the storm sewer system. No visible material that could be washed into storm sewer is allowed to remain on the Project site or adjoining streets. A-15 8xcavatioa sad Removals The excavated areas behind curbs and adjacent to sidewalks and driveways must be filled with "clean" dirt. "Clean" dirt is defined as dirt that is capable of providing a good growth of grass when applied with seed/sod and fertilizer. The dirt must be free of debris, caliche, asphalt, concrete and any other material that detracts from its appearance or hampers the growth of grass. All existing concrete and asphalt within the limits of the Project must be removed unless otherwise noted. All necessary removals including but not limited to pipe, driveways, sidewalks, - etc., are to be considered subsidiary to the bid item for "Street Excavation"; therefore, no direct payment will be made to Contractor. A-16 Disposal/Salvage o£ Materials -- Excess excavated material, broken asphalt, concrete, broken culverts and other unwanted material becomes the property of the Contractor and must be removed from the site by the Contractor. The cost of all hauling is considered subsidiary; therefore, no direct payment will be made to Contractor. A-17 Field O££ice The Contractor must furnish the CityEngineer or his representative with a field office at the construction site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30" x 60" and two (2) chairs. The Contractor shall move the field office on the site as required by the City Engineer or his representative. The field office must be furnished with a telephone (with an answering machine), FAX machine, laptop computer with wireless Internet, HP high resolution photo printer, copier, drinking water, and toilet facilities paid for by the Contractor. There is no separate pay item for the field office. A-18 Schedule and Sequence of Construction The Contractor shall submit to the City Engineer a work plan based only on calendar days. This plan must detail the schedule of work and must be submitted to the City Engineer at least three (3) working days prior to the pre-construction meeting. The plan must indicate the schedule of the following work items: 1. Initial Schedule: Submit to the City Engineer three (3) days prior to the Pre- Construction Meeting an initial Construction Progress Schedule for review. Section A - SP (Revised 9/18/00) Page 5 of 22 2. Items to Include: Show complete sequenceof construction by activity, identifying Work of separate stages and other logically grouped activities. Identify the first work day of each week. 3. Submittal Dates: Indicate submittal dates required for all submittals. 4. Re-Submission: Revise and resubmit as required by the City Engineer. 5. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each stage by percentage against initial Schedule. A-19 Coastructioa Staking The drawings depict lines, slopes, grades, sections, measurements, bench marks, baselines, etc. that are normally required to construct a project of this nature. The major controls and bench marks required for setting up a project, if not shown on the drawings, will be provided by the City or Project engineer. The Contractor will furnish all lines, slopes and measurements for control of the work. If, during construction, it is necessary to disturb or destroy a control point or bench mark, the Contractor shall provide the City or Project engineer 48 hours notice so that alternate control points can be established by the City or Project engineer as he deems necessary, at no cost to the Contractor. Control points or bench marks damaged as a result of the Contractor's negligence will be restored by the City or Project engineer at the expense of the Contractor. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the City or project engineer prior to deviation. If, in the opinion of the City or project engineer, the required deviation would necessitate a revision to the drawings, the Contractor shall provide supporting measurements as required for the City or project engineer to revise the drawings. The Contractor shall tie in or reference all valves and manholes, both existing and proposed, ,f or the purpose of adjusting valves and manholes at the completion of the paving process. Also, the City or project engineer may require that the Contractor furnish a maximum of two (2) personnel for the purpose of assisting the measuring of the completed work. A-20 Teetiag and Certi£icatioa All tests required under this item must be done by a recognized testing laboratory selected by the City Engineer. The cost of the laboratory testing will be borne by the City. In the event that any teat fails, that test must be done over after corrective measures have been taken, and the cost of retesting will be borne by the Contractor and deducted from the payment to the Contractor. The Contractor must provide all applicable certifications to the City Engineer. A-21 Project 3igas (Not IIsed) A-22 Minority/Ninority Huaiaeae 8atexprise Participation Policy (Revised 10/98) 1. Policy It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women and Minority Business Enterprises to participate in Section A - SP (Revised 9/1B/00) Page 6 of 22 the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October, 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. Definitions a. Prime Contractor: Any person, firm, partnership, corporation, association or joint venture as herein provided which has been awarded a City contract. b. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials or any combination of the foregoing under contract with a prime contractor on a City contract. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned (a) For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. (b) For an enterprise doing business as a partnership, at least 51.08 of the assets or interest in the partnership property must be owned by one or more minority person(s). (c) For an enterprise doing business as a corporation, at least 51.08 of the assets or interest in the corporate shares must be owned by one or more minority person(s). Controlled 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 51.08 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. e. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51.08 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.08 of whose assets or interests in the corporate shares are owned by one or more women. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and Section A - SP (Revised 9/18/00) Page 7 of 22 direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the work to be performed by the joint venture. For example, a joint venture. which is 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 equivalent 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 joint venture. . coals The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction work for the Contract award are as follows: Miaority Participation Miaority Business Rnterpriee (Perceat) Participatioa (Perceat) 45 $ 15 $ b. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved change orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. Compliance a. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. b. The Contractor shall make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. A-23 Iaepectioa Required (revised 7/s/oo) The Contractor shall assure the appropriate building inspections by the Building Inspection Division at the various intervals of work for which a permit is required and to assure a final inspection after the building is completed and ready for occupancy. Contractor must obtain the Certificate of Occupancy, when applicable. Section 8-6-2 of the General Provisions is hereby amended in .that the Contractor must pay all fees and charges levied by the City's Building Inspection Department, and all other City fees, including water/wastewater meter fees and tap fees as required by City. A-24 Surety Soads Paragraph two (2) of Section B-3-4 of the General Provisions is changed to read as follows: "No surety will be accepted by the City from any Surety Company who is now in default or delinquent on any bonds or who has an interest in any litigation against the City. All bonds must be issued by an approved Surety Company authorized to do business in the State of Texas. If Section A - SP (Revised 9/18/00) Page 8 of 22 performance and payment bonds are in an amount in excess of ten percent (10%) of the Surety Company's capital and surplus, the Surety Company shall provide certification satisfactory to the City Attorney that the Surety Company has reinsured the portion of the bond amount that exceeds ten percent (10~) of the Surety Company's capital and surplus with reinsurers) authorized to do business in the State of Texas. The amount of the bond reinsured.by any reinsurer may not exceed ten percent (10&) of the reinsurer's capital and surplus. For purposes of this section, the amount of allowed capital and surplus will be verified through the State Board of Insurance as of the date of the last annual statutory financial statement of the Surety Company or reinsurer authorized and admitted to do business in the State of Texas. The Surety shall designate an agent who is a resident of Nuecea County, Texas. Each bond must be executed by the Contractor and the Surety. For contracts in excess of $100,000 the bond must be executed by a Surety company that is certified by the United States Secretary of the Treasury or must obtain reinsurance for any liability in excess of $100,000 from a reinsurer that is certified by the United States Secretary of the Treasury and that meets all the above requirements. The insurer or reinsurer must be listed in the Federal Register as holding certificates of authority on the date the bond was issued." A-25 Sales Tax Exem ption (NO LONGHR APPLICABLE) ~i = o-2~ 8 T & Si a P ~ i i ea ~ ee , a F..l 1 .....: .nom ....1...,.J ,. xem x- ...i l g en J 4 ea~o- e rs r s 1n_«_..F T F 4L... ._l .. «.]..« .~..] M.~. ..1... l l /1M 4.. J « tl.... .. l .. F«..... 4L..-. ..l l .. ~. Ide~i€} in the-agp~eg~iate _F ___ -.- _..-.. -- ----- -'.-.. -..-- - Eka~ges ~ - - -- ~- - -- «~. _ 4. __.___ ____ ___, ..____ __F___ __ ..._______ ___._____ __ _,__A______ ____ F__r____ ..1.... ,_c ... ,1 .. A-26 Supplemental Iasurance Requirements For each insurance coverage provided in accordance with Section B-6-11 of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating: In the event of cancellation or material change that reduces or restricts the insurance afforded by this coverage part, each insurer covenants to mail prior written notice of cancellation or material change to: Section A - SP (Revised 9/18/00) Page 9 of 22 Name: City of Corpus Christi Engineering Services Department Attn: Contract Administrator Address: P.O. Box 9277 Corpus Christi, Texas 78469-9277 Number of days advance notice: 30 The Contractor shall provide to the City Engineer the signed endorsements, or copies thereof certified by the insurer, within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents. Within thirty (30) calendar days after the date the City Engineer requests that the Contractor sign the Contract documents, the Contractor shall provide the City Engineer with a certificate of insurance certifying that the Contractor provides worker's compensation insurance coverage for all employees of the Contractor employed on the Project described in the Contract. For each insurance coverage provided in accordance with Section B-6-li of the Contract, the Contractor shall obtain an endorsement to the applicable insurance policy, signed by the insurer, stating that the City is an additional insured under the insurance policy. The City need not be named as additional insured on Worker's Compensation coverage. For contractual liability insurance coverage obtained in accordance with Section B- 6-11 (a) of the Contract, the Contractor shall obtain an endorsement to this coverage stating: Contractor agrees to indemnify, save harmless and defend the City, its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this Contract. The foregoing indemnity shall apply except if such injury, death or damage is caused directly by the negligence or other fault of the City, its agents, servants, or employees or any person indemnified hereunder. A-27 Reapoasibility £or Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide builder's risk insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Builder's risk coverage must be an "All Riak" form. Contractor must pay all costs necessary to procure such builder's risk iasurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. A-26 Coasiderations for Coatract Award sad Execution To allow the City Engineer to determine that the bidder is able to perform its obligations under the proposed contract, then prior to award, the City Engineer may require a bidder to provide documentation concerning: 1. Whether any liens have been filed against bidder for either failure to pay for services or materials supplied against any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the party holding the lien, the amount of the lien, the basis for the lien claim, Section A - SP (Revised 9/18/00) Page 30 of 22 and the date of the release of the lien. If any such lien has not been released, the bidder shall state why the claim has not been paid; and 2. Whether there are any outstanding unpaid claims against bidder for services or materials supplied which relate to any of its projects begun within the preceding two (2) years. The bidder shall specify the name and address of the claimant, the amount of the claim, the basis for the claim, and an explanation why the claim has not been paid. - A bidder may also be required to supply construction references and a financial 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 other authorized party, specifying all current assets and liabilities. A-29 Contractor's Pield 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 which the City Engineer makes this determination may include the following: 1. The superintendent must have at least five (5) years recent experience in the day-to-day field management and oversight of projects of a similar size and complexity to this Project. This experience must include, but is not limited to, scheduling of manpower and materials, structural steel erection, masonry, safety, coordination of subcontractors, and familiarity with the architectural submittal process, federal and state wage rate requirements, and contract close-out procedures. The superintendent shall be present, on the job site, at all times that work ie being performed. 2. Foreman, if utilized, must have at least £ive (5) yearn recent experience in similar work and be subordinate to the superintendent. -- Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these matters will be reviewed by the City Engineer. The Contractor's field administration staff, and any subsequent substitutions or replacements thereto, must be approved by the City Engineer in writing prior to such superintendent or foreman assuming responsibilities on the Project. Such written approval of field administration staff ie 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 for this Project during the term of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. A-30 Amended "Consideration of Contract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" Section B-3-1 Consideration of Contract add the following text: Within five (5) working days following the public opening and reading of the proposals, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: Section A - SP (Revised 9/18/00) Page li of 22 1. A list of the major components of the work; 2. A list of the products to be incorporated into the Project; 3. A schedule of values which specifies estimates of the cost for each major component of the work; 4. A schedule of anticipated monthly payments for the Project duration. 5. The names and addresses of MBE firms that will participate in the Contract, along with a description of the work and dollar amount for each firm; and substantiation, either through appropriate certifications by federal agencies or signed affidavits from the MBE firms, that such MBE firms meet the guidelines contained herein. Similar substantiation will be required if the Contractor is an MBE. If the responses do not clearly show that MBE participation will meet the requirements above, the bidder must clearly demonstrate, to the satisfaction of the City Engineer, that a good faith effort has, in fact, been made to meet said requirements but that meeting such requirements is not reasonably possible. 6. A list of subcontractors that will be working on the Project. This list may contain more than one subcontractor for major components of the work if the Contractor has not completed his evaluation of which subcontractor will perform the work. The City Engineer retains the right to approve all subcontractors that will perform work on the Project. The Contractor shall obtain written approval by the City Engineer of all of its subcontractors prior to beginning work on the Project. If the City Engineer does not approve all proposed subcontractors, it may rescind the Contract award. In the event that a subcontractor previously listed and approved is sought to be substituted for or replaced during the term of the Contract, then the City Engineer retains the right to approve any substitute or replacement subcontractor prior to its participation in the Project. Such approval will not be given if the replacement of the subcontractor will result in an increase in the Contract price. Failure of the Contractor to comply with this provision constitutes a basis upon which to annul the Contract pursuant to Section B-7- 13; 7. A preliminary progress schedule indicating relationships between the major components of the work. The final progress schedule must be submitted to the City Engineer at the pre-construction conference; 8. Documentation required pursuant to the Special Provisions A-28 and A-29 concerning Considerations for Contract Award and Execution and the Contractor's Field Administration Staff. 9. Documentation as required by Special Provision A-35-K, if applicable. 10. Within five (5) days following bid opening, submit in letter £orm, information identifying type of entity and state, i.e., Texas (or other state) Corporation or Partnership, sad name(s) and Title(s) of individual(s) authorized to execute contracts on behalf of said entity. A-31 Amended Policy oa 8xtra Work and Change Orders Under "General Provisions and Requirements for Municipal Construction Contracts" B- 8-5 Policy on Extra Work and Change Orders the present text is deleted and replaced with~the following: Contractor acknowledges that the City has no obligation to pay for any extra work for which a change order has not been signed by the Director of Engineering Services or his designee. The Contractor also acknowledges that Section A - SP (revised 9/18/00) Page 12 of 22 the City Engineer may authorize change 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 be approved by the City Council. A-32 Ameaded "Bxecution of Coatract" Requirements Under "General Provisions and Requirements for Municipal Construction Contracts" B- 3-5 Execution of Contract add the following: The award of the Contract may be rescinded at any time prior to the date the City Engineer delivers a contract to the Contractor which bears the signatures of the City Manager, City Secretary, and City Attorney, or their authorized designees. Contractor has no cause of action of any kind, including for breach of contract, against the City, nor is the City obligated to perform under the Contract, until the date the City Engineer delivers the signed Contracts to the Contractor. A-33 Coaditioas o£ Work Each bidder must familiarize himself fully with the conditions relating to the completion of the Project. Failure to do so will not excuse a bidder of his obligation to carry out the provisions of this Contract. Contractor is reminded to attend the Pre-Sid Meetiag referred to is Special Provieioa A-1. A-34 Precedeace o£ Coatract Docvmeats In case of conflict in the Contract documents, first precedence will be given to addenda issued during the bidding phase of the Project, second precedence will be given to the Special Provisions, third precedence will be given to the construction plans, fourth precedence will be given to the Standard Specifications and the General Provisions will be given last precedence. In the event of a conflict between any of the Standard Specifications with any other referenced specifications, such as the Texas Department of Public Transportation Standard Specifications for Highways, Streets and Bridges, ASTM specifications, etc., the precedence will be given to addenda, Special Provisions and Supplemental Special Provisions (if applicable), construction plans, referenced specifications, Standard Specifications, and General Provisions, in that order. A-35 City Water Facilities: Special Requirements (NOT IISSD) =€ wee' a~ Cit F i r t ~- ~ ~-wafer--€ ei}it "`-~••--~raete~r-h ~^ . - -~- o e- em. e , .g- a = } } , ..-:: a .. _..~ - - -- --- ~ ---- - _. .. a m^ ... //~..~.~.......V ..... e} p .. F.. 4.. .' l l 1... e~aerux f F...-...i M.. V 1.......: ~.] ..l F.... F M...... _~ --_t _~ _1 ~~ B . v J ,. SectioIl A - SP (Revised 9/18/00) Page 13 of 22 nd egrxi€roen~ n eed ~xx ~3~e regai~~ta^~-'^'~ L EsanePe~Ea~~en, - -- -„_.: ,.., _ ..... a e,.~a-- - r._r.. _ _ _a l F F .~~.. - .. . .. ....... a ..~ h,. .. _L. _ /wi_a _ l ...i_ a a / ~J_..A ~.._.....~1..... ~G'. i. i al.e OM_i ..A aL.. _-h' l _ _~, _l l^ a aL.. F_...' l B~e~v~nr~ ~~aeh ~x", net ~e a~~erved mLe -- - ,...._ _L_„ ,,___ ..,. . a ..1 .. u.i _ l l _ _aL_.. aL_~ ~ h}fie e__ k~ ~ .. __ __ __ ____ L ___,....... ...iF.......-.n..~~ e~ ra e~ange ue /~ l l J .i_ r ..l _..L...n.... f.~..n /~~~4.--. ~a~ _ e ..l ~fl f_ .l l~r.~tr- _:.~_ .. Fem... 1: ~- ..l~F~.._a l L..l _.• mLJ _ ' _..L L 1 4 kil3~ i6 I396 23FIt}G 2iiC~i3dea P.d ~e ,: F^__a _ _ _a aaa .. L..,,.. , G.......~..L3.... , 1, ..ai Section A - SP (Revised 9/18/00) Page 19 of 22 de'>~•ggiag, eaii#ratia -- '- --- ^- 4 d Fr €es nal Bxt t 3 €nee~ - --' - --- P 5 9 s g e~e e e e , Er3ginee~: -- -- - --------- ---_------ -- --~ -- ~ --- ~_...r----- - ._`--- ----- - --------_ - -- 4H.. € 6 H i i rm nent - rr -. e~na a ne~P a~ . ----- ------ e - --- -~- F~-- ------- tIe sham€trraie . i t- 41 ~ h eq~tfgwie-==~-wkieh is al --°i ~t fhe-g~edee8 e€~ne t n€ :: ire-~`i -# < aa a~z: - o-- ma l .. l l '~ ~l ~> ~n~rae e ..F _ ~ - , e e s~=o .: l l H.~ 4He ....~...i.... ..F Y .. F.... « -._F...~ - 8 «L.. ill _ :ll __ _ . -- _ --- -------- --- --- ---------- --- -L----- -' L-.. . TH.. - ..L L.<~ ~"------ .. l 'I ....-..i..`.... • _ l l F: l l ...i _ ....4 i. Hl ....1. 4 L....- 4.... ......«....... «.. «H.. ....: ..4: .... /i: 4.• O , nTTT ......4 e... T44 _..H.-..i : ehan es-made-drx~~a L_„ rammi~x - -tile- r-e _ TL,. _ _..L..a ..L,...« . « g ..1 .. -a g g g g g .....a..a ..H.... _l l ,.F 4H.. .-tea ..H....4 A-36 Other Submittals Shop Drawing Submittal: The Contractor shall follow the procedure outlined below when processing Shop Drawing submittals: Quantity: Contractor shall submit number required by the City to the City Engineer or his designated representative. Reproducibles: In addition to the required copies, the Contractor shall also submit one (1) reproducible transparency for all shop drawings. Submittal Transmittal Forms: Contractor shall use the Submittal Transmittal Form attached at the end of this Section; and sequentially number each transmittal form. Resubmittals must have the original submittal number with an alphabetic suffix. Contractor must identify the Contractor, the Subcontractor or supplier; pertinent Drawing sheet and Section A - SP (Revised 9/18/00) Page 15 of 22 detail number(s), and specification Section number, as appropriate, on each submittal form. d. Contractor's Stamp: Contractor must apply Contractor's stamp, appropriately signed or initialed, which certifies that review, verification of Products required, field dimensions, adjacent construction work, and coordination of information, is all in accordance with the requirements of the Project and Contract documents. e. Scheduling: Contractor must schedule the submittals to expedite the Project, and deliver to the City Hngineer for approval, and coordinate the submission of related items. f. Marking: Contractor moat mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. g. Variations: Contractor must identify any proposed variations from the Contract documents and any Product or system limitations which may be detrimental to successful performance of the completed work. h. Space Requirements: Contractor must provide adequate space for Contractor and Engineer review stamps on all submittal forms. i. Resubmittals: Contractor mustreviae and resubmit submittals as required by City Engineer and clearly identify all changes made since previous submittal. j. Distribution: Contractor must distribute copies of reviewed submittals to subcontractors and suppliers and instruct subcontractors and suppliers to promptly report, thru Contractor, any inability to comply with provisions. k. excessive Shop Drawing Resubmission: Engineer will record time required by Engineer to Engineer's Consultants for excessive Submittal review occasioned by Contractor's resubmission, in excess of two resubmissions of a required Submittal, caused by unverified, unchecked or unreviewed, incomplete, in accurate or erroneous, or nonconforming Submittals. Bach .- excessive review time shall be charged at $95.00/manhour for an engineer and $26.00/manhour for clerical time. Upon receipt of Engineer's accounting of time and costs, Contractor will reimburse Owner for the -- charges of Engineer or Engineer's Consultants review for excessive resubmission through set-offs from the recommended Owner payments to Contractor. At the discretion of the City Engineer, set-offs can be monthly or upon final payment to Contractor. Samples: The Contractor must submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for City Engineer's selection. Test and Repair Report When specified in the Technical Specifications Section, Contractor must submit three (3) copies of all shop test data, and repair report, and all on-site test data within the specified time to the City Engineer for approval. Otherwise, the related equipment will not be approved for use on the project. A-37 Amended •Arrangement sad Charge Eor Water Furnished by the City" 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 comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan^). This Section A - SP (Revised 9/18/00) Page 16 of 22 includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Project site throughout construction." A-38 97orker'e Compeneatioa Coverage £or 8uildiag or Coastruction Projects Por Goverameat 8atitiea The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate o£ Occupancy aad Final Acceptaace The issuance of a certificate of occupancy for improvements does not constitute final acceptance of the improvements under General Provision B-8-9. A-40 Amendment to Section B-8-6: Partial 8atimates 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 of acceptable, non-perishable materials delivered to the Project worksite unless the Contractor provides the City Engineer with documents, satisfactory to the City Engineer, that show that the material supplier has been paid for the materials delivered to the Project worksite. A-41 Ozoae 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 Contractor about ozone alert. If a delay such as this is experienced, the day will not be counted as a calendar day. A-42 OSHA Rules & Regulations It is the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing any and all City-related projects and or jobs. A-43 Ameaded Iademai£icatioa & Hold Hasmleae Under "General Provisions and Requirements for Municipal Construction Contracts" B- 6-21 indemnification & ~HOld Harmless, text is deleted in its entirety and the following is substituted in lieu thereof: The Contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury or liability whatsoever from an act or omission of the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants, or any work done under the contract or in connection therewith by the contractor, or any subcontractor, supplier, materialman, or their officials, employees, agents, or consultants. The contractor shall hold the City, its officials, employees, attorneys, and agents harmless and shall indemnify the City, its officials, employees, attorneys, and agents from any and all damages, injury, or liability whatsoever from a negligent act or omission of the city, its officials, employees, attorneys, and agents that directly or indirectly causes injury to an employee of the contractor, or any subcontractor, supplier or materialman. Section A - SP (Revised 9/18/00) Page 17 of 22 A-44 Chaage Orders Should a change order(s) be required by the engineer, Contractor shall furnish the engineer a complete breakdown as to all prices charged for work of the change order (unit prices, hourly rates, sub-contractor's costs and breakdowns, cost of materials and equipment, wage rates, etc.). This breakdown information shall be submitted by contractor as a basis for the price of the change order. A-45 As-Built Dimeasiona and Drawiage (7/5/00) (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. Aa a minimum, the final drawings shall include the following: (1) Horizontal and vertical dimensions due to substitutions/field changes. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. A-46 Disposal of Highly Chloriaated water (7/5/00) The Contractor shall be responsible for the disposal of water used for testing, disinfection and line flushing in an approved manner. Contaminants in the water, __ particularly high levels of chlorine, will be used for disinfection, and may exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. These are regulated by numerous agencies such as TCE4, EPA, etc. It will be the Contractor's responsibility to comply with the requirements of all regulatory agencies in the disposal of all water used in the project. The methods of disposal -- shall be submitted to the City for approval. There shall be no separate pay for disposal of highly chlorinated water. Contractor shall not use the City's sanitary sewer system for disposal of contaminated water. -- Section A - SP (Revised 9/18/00) Page 18 of 22 A-47 Pre-Conatructioa 8xploratoxy Sxcavationa (7/5/00) (NOT DSHD) A-46 Overhead Electrical Nirea (~/s/oo) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. There are many overhead wires crossing the construction route and along the construction route. Contractor shall use all due diligence, precautions, etc., to ensure that adequate safety is provided for all of his employees and operators of equipment and with regard to ensuring that no damage to existing overhead electrical wires or facilities occurs. Contractor shall coordinate his work with AEP and inform AEP of his construction schedule with regard to said overhead lines. Some overhead lines are shown in the construction plans, while others are not. It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plane or not. A-49 Amended "Maiatenaace Guaraaty" (9/24/00) Under "General Provisions and Requirements for Municipal Construction Contracts", B- 8-11 Maintenance Guaranty, add the following: "The Contractor's guarantee is a separate, additional remedy available to benefit the City o£ Corpus Christi. Neither the guarantee nor expiration of the guarantee period will operate to reduce, release, or relinquish any rights or . remedies available to the City of Corpus Christi for any claims or causes of action against the Contractor or any other individual or entity." A-50 8rrora and Omiseioas The Contractor shall carefully check these Specifications and contract Drawings, and report any errors or omissions discovered, whereupon full instructions will be furnished promptly. If errors or omissions are so discovered and reported before __ the work to which they pertain is constructed, and if correction of such errors or omissions causes an increase in the Contractor's coat, the Contractor shall be compensated for such increase in the cost as provided elsewhere. The Contractor shall bear the expense of correcting any errors and omissions on the drawings or specifications which are not discovered or reported to the Contractor prior to the construction and which, in the opinion of the Engineer, could have been discovered by reasonable diligence on the part of the Contractor. It is the intent of this Contract that all work must be done and all material must be furnished in accordance with the generally accepted practice. Further, it is the intent of the Contract Documents that the Contractor shall perform all work to complete project ready for its intended use. A-51 Texaa Department o£ Liceaeing sad Regulatioa (TDLR) (NOT IISED) ., w....,.,. «, 9•he Eon~raetsr-ena~l-eemp~} w€th TBE~t, ~+,-:,:«.. ~ ..a -..a.. ,m„~, ,.« «,.,. Pr~ei9-tEeetrxrai-Bar~~er~Ae~ 3lrt#ele 902; _~.._- -.-- --------• -------.- --_--- -, ~4- A-52 Geotechaical Iaveetigatioa A geotechnical investigation of the site was performed during the permit phase of _ this project and is contained in Volume 2 of 5 of the permit application (TNRCC Permit Application No. 2269). A geotechnical investigation of the site was also performed during the design phase by Trinity Engineering Testing Corporation for the City of Corpus Christi. The report, Geotechnical investigation Operations Center Section A - SP (Revieefl 9/18/00) Page 19 of 22 County, Texas (Report No C-1267) is dated November 20, 2000. Geotechnical information is available to the Contractor and can be obtained by requesting it from the City. A-53 Daily Constructioa Reports The Contractor shall fill out Daily Construction Report forms as documentation and submit the forms to the Engineer by 9:00 am on the first work day after the day the work was performed. Sample Daily Construction Report forms may be obtained from the Engineer. A-54 Temvorary Traffic Controls During Construction (NOT IISSD) A-55 Permits (NOT IISHD) F_l l _ ..A ~..-... F..... L....~ •.l. .--1-... __ __~__ _F .__ _ __- ~.._.~ ~-..,.. ~x cu .u emu... - ~F~ -G......1 ~^T]ul.-...i 4^ /-~ j _~ ___ _____ _ - Gent•~'aP.GPF ~ L-ll '..~..i raO'w~ba~e ni~oucdT A-56 Ameaded "Prosecution and Progress" Under "General Provisions and Requirements for Municipal Construction Contracts", B- 7 Prosecution and Progress, add the following: "Funds are appropriated by the City, on a yearly basis. IE funds, for any reason, are not appropriated in any given year, the City may direct suspension or termination of the contract. If the Contractor is terminated or suspended and the City requests remobilization at a later date, the Contractor may request payment for demobilization/remobilization costs. Such costs shall be addressed through a change order to the contract. A-51 Dewateriag This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in Section A-3 where dewatering is needed to keep the excavation dry, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow-prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berms) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. Storm water or groundwater shall not be discharged to private property without permission. It is theintent 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, Petronila Creek/Laguna Madre Bay. Testing of groundwater quality is to be performed by the City, at the City's cost, priorto commencing discharge and shall be retested by the City, at~the City's expense, a minimum of once a week. Contractor shall coordinate with the City, on all testing. Tests will also be performed as each new area of construction is started. Section A - SP (Revised 9/18/00) Page 20 of 22 Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other .groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to Pumping groundwater from the trench to the sanitary sewer system the Contractor shall contact Danielle Converse at 826-4034 to obtain a "no coat" permit from the Waste Water Dept. City will pay for any water quality testing or water analysis cost required. The permit will require an estimate or 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 overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. Section A - SP (Revised 9/18/00) Page 21 of 22 SIIBMITTAL TRANSMITTAL FORM PROJHCT: Cefe F. Valenzuela Landfill Sector 4A Construction & Sector 4B Excavation (Project No: 5225) OYPP78R: City of Corpus Christi ENGIN88R: CP&Y, Inc. CONTRACTOR: SIIBMITTAL DATE: SQBMITTAL NOMBER: APPLICABLS SPECIFICATION OR DRAD7ING 3IISMITTAL Section A - SP (Revised 9/18/00) Page 22 of 22