Loading...
HomeMy WebLinkAboutC2008-267 - 7/22/2008 - Approved2008-267 07/22/08 M2008-187 DRC Emergency Svcs. REQUEST FOR BIDS _~ ~ SPECIAL PROVISIONS, SPECIFICATIONS AND r FORMS OF CONTRACTS AND BONDS FOR POST-HURRICANE/DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE MATERIALS PROJECT NO. 90042 ; -qE of TE >~o ' ~~P , .... -rys~~~ SCOTT M. HARRIS ~i.9;•.~~••99261 •••~la'. 5 FOR DEPART CITM OF CORPUS CHR STERVICES MAY 2008 POST-HURRICANEIDISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OFPROJECT NO. 90042E MATERIALS Table of Contents REQUEST FOR BIDS I. INTRODUCTION & SCOPE A. Purpose B. Background C. Planning Standard for Debris Removal and Disposal Services D. Debris Management F. Hazardous Wast (HTRW) D sposal ManagementD~sposal Services II. REQUEST FOR BIDS GENERAL PROVISIONS III.EVALUATION AND SELECTION CRITERIA IV. EXHIBITS A. Disclosure of Interests Form B. Mandatory Requirements C. Response Format p. Proposed Project Award Schedule SPECIAL PROVISIONS, SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS NOTICE TO BIDDERS (Revised May 2006) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 715100) Worker's Compensation Coverage for Building or Construction Projects for Government Entities PART A -SPECIAL PROVISIONS A-1 Time and Place of Receiving BidslPre-Bid Meeting A_2 Definitions and Abbreviations A-3 Description of Project A~ Method of Award A-5 Items to be submitted with Bids A-6 Time of CompletionlLiquidated Damages A_7 Workers Compensation Insurance Coverage A-8 Faxed Bids q_g Acknowledgment of Addenda A-10 Wage Rates (Revised 7!5100) A-11 Cooperation with Public Agencies (Revised 715100) A-12 Maintenance of Services A-13 Area Access an uTment Spi !age and Tracking A-14 Construction Eq p ~tien-and~en'evals. A-18 Schedule and Sequence of Construction A~~or~stwstien-Staktn9 , 'r~~P: °i~~gns A_22 MinoritylMinority Business Enterprise Participation Policy (Revised 10198) A_24 Surety Bonds _ Nen NO LONGER APPLICABLE (6111198 o ~ e.-ies.Sa~c-E-xemp A-26 Supplemental Insurance Requirements q_27 Responsibility for Damage Claims A_2g Considerations for Contract Award and Execution q_2g Contractor's Field Administration Staff A-30 Amended "Consideration of Contract" Req a Orders A-31 Amended Policy on Extra Work and Chang A-32 Amended "Execution of Contract" Requirements A-33 Conditions of Work A-34 Precedence of Contract Documents A-38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A-40 Amendmentto FSNOT USED ~ Partial Estimates q Rules & Regulations A-43 Amended Indemnification & Hold Harmless (9198) ___ umR/00~ q1}g Overhead Electrical Wires PART B -GENERAL PROVISIONS PART C -FEDERAL WAGE RATES AND REQUIREMENTS TECHNICAL SPECIFICATIONS 01995 DEBRIS CLEARING AND REMOVAL 01996 COLLECTION,CHARACTERIZATION,PACKAGING,TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE DURING POST- HURRICANE/DISASTER RECOVERY OPERATIONS 01997 OP RAT ONS DEBR S DISPOSAL ND REDUCTION (TDSR) SITE ATTACHMENTS q, CITY MAPI REMOVAL ZONES B REDUCOON (TDRS) SIITESF TEMPORARY DEBRIS STAGING AND C, CLEARING PRIORITIES p, DEBRIS CLASSIFICATION E CONSITORUCTRON CONTRACTSRACT PROVISIONS FEDERAL-AID NOTICE AGREEMENT PROPOSAL FORMI DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND REQUEST FOR BIDS REQUEST FOR BIDS - POST-HURRICANE 1 DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE MATERIALS I, INTRODUCTION & SCOPE A. Purpose This docums nrwcesst~tout(e1) clearuremoveblandalawfullyfdi pose of disaster-gene~ated Idebas necessary and (2) collect, characterize, pack, transport and (other than household comestible garbage), from public property and public dispose of Hazardous, Toxic, and Radiological Wastes (HTRW) rights-of-way within the city limits of the City of Corpus Christi, Texas, immediately after a hurricane or other natural or man-made disaster. removing, and lawfully Thee blenencedt C ntactor who is scapablee ofcefficien'tly clearing, to secure the services o an P disp i stand cost effectlive mannerSaThesuccessful Contractor maustrbeucapable of assembl ng, time y a workforce that can complete the operations in less than 180 days. directing and managing The contract will be for afive-year term with annual re-certification of Contractor capabilities or years two through five. B. Background The City of Corpus Christi (City) requests Bid Packages from Contractors interested in providing debris clearing, removal, and disposal services and hazardous waste services to collect, charaane for ost hurr cane/disaste~recovery operat onsaste as part of the City's preparedness progr P transportation, and It is the City's int erat onsvand thel collection~ncharacterizat on,dpackaging ris clearing, remova and disposal op disposad add tional cont adds if,en Itheh'judgment oNt a ICi y Eng9 eer add tionarl capacity hs to awar uantity of HTRW, time needed due to the amount of work to be performed, volume of debris, q requirements, or rate of progress. If additional contracts are awarded, the Contractor will be notified. Debris Staging and Reduction (TDSR) Individual Contractors will be informed which Temporary sites ar erves therightfof a tom ~o assigtnabil'dy of wlork to otheraConDtraotors or Subcontractors City res if the prime Contractor is unable to perform the services required by this contrac . The prime Contractor may utilize both local and non-local resources to carry out the debris clearing, removal, and disposal and HTRW work. The selected Contacmentnandhbetween capacity to manage a major workforcoe a at, nuppoe tothe inifi IrCtydP bondsri suranc a and associated with a major recovery P erations plans, and demonstrable subsequent payments, as well as the capacity to provide the necessary ro ects. The Contractor must also have eeta~blis~ent equipment and personnel, comprehensive HTR op experience in major disaster recovery p J management teams, an estabanse and ermonstrablecexper',enceld nthmajorcdisastergrecovery and personnel, operations p projects. The continenc c at thteadiscret on of the ~ tyer tAs su hrano clompensaHon willYaccrue fto the an emerg Y Contractor unless and until the contract is activated either in anticipation of a natura or ma - made disaster or immediately after such disaster. The contingency contract will be for afive-year (5) term with annual recertification of Contrac or through five (5) and price adjustment based on the U.S. capabilities for years two (2) DepartmeTX or the neBannual change of thetConstructioneCost Index publi hedstn the aloes on- Brazor,a, Engineering News Record (ENR) whichever, in the opinion of the City Engineer, is mos the bids advantageous to the City and in the best interest of the public. The potential Contractor is solely responsible for his/her own costs of develop,ng articipate in annual two (2) day associated with this project. The Contractor will be required to p City-directed disaster recovery training and/or exercises at no cost to the City. C. Planning Standard for Debris Clearing, Removal and Disposal Services 0 4 wet hurricane as the The Department of Engineering Services has selected a Ca eg The worst case debris volume anticipated from such a storm planning standard for the City. roximately 12 million cubic yards. This impacting the entire city with equal intensity is app estimated debris volume is a planning figure and is not a fixed quantity for the purpose o u ose of standardizing contractual obligations. The actual volume of debris may be greater than fr ueestshown nlllthe cubic yards. For the purpose of this request for bids and solely for the p rp the contents of all submittals, the Contractor shall use the planning g removal, and Proposal Form Bid Sheet. This portion of the project consists of post-hurricane/disaster debris clearing,. disposal operations that is divided into two parts. Potential Contractors will be required to bid on each part. and Removal Services, consisting of Part 1. Emergencdy boSdoathDes,de ofethe goad to open key access routes into • clearing roadway devastated areas and the subsequent removal and transport of eligibovedllandfill. ri hts-of-way or public property to a generated debris from designated streeandhR duct,o 9 (TDSR) site or app designated Temporary Debris Staging roved landfill. (Technical Specification 01995). The City will pay tipping fees at the app Pa me. reduStion,'and final di po ael.b D,sposal of all material entering the TDSRestelwill volu keep the proceeds from the sale of be at the Contractor's expense. The Contractor may mulch, ash, metals, and other materials. All residual debris must be removed from the site and disposed of at an approved landfill at the Contractor's expense. (Technical Specification 01997). D. Debris Management Planning and directing debris management operations is the responsibility of the City Engineer. In addition to using City forces and equipment, the City will employ a Contractor to assist in the clearing, removal, and disposal of disaster-generated debris. The City will execute the debris clearance, removal, and disposal contract on a contingency basis for the purpose of having a Contractor immediately available and committed to assisting the City in the aftermath of a major debris-generating event. The Contractor holding the debris clearance, removal, and disposal contract will serve as a general Contractor for the purpose of debris clearing, removal, and disposal operations. The Contractor will be able to use his/her own resources and Subcontractor resources to meet the obligations of the contract. It is anticipated that the Contractor will use both local and non-local Subcontractors.edNo altfisms to the maz mutm extentllpracticable.teOnder no fc rlcumstances wa properly equipp the Contractor use any debarred Subcontractor listed on the GSA Excluded Parties List Sys em (epls). (See t,+tn•~/www epls.gov). The Contractor shall ensure that wherever non-English speaking crews are utilized, at least one crew supervisor must be Fluent in English. To facilitate management of the debris clearance, removal and disposal operations, the City has been divided into three Debris Management Zones, designated Zone A, Zone B, and Zone C. See Attachments A & B. When a major disaster occurs or is imminent, the City Engineer will contact the Contractor and inform him/her of the City's intent to activate the contract for debris clearance, removal, and disposal. The Contractor will send a management team to the City within 24 hours of receiving a Notice to Proceed to be erform the workheThee generalaconcept lof debr s pemoval operations ncludes necessary to p multiple, scheduled passes of each site, location, or rights-of-way directed by the City Engineer. This will alfowresses.sThereCity willhprescibettltheaspecifio procedureshtonbesusedaafter recovery p 9 ascertaining the scope and nature of the disaster's impacts. Debris removal will be limited to eligible debris in, upon, or brought to City streets and roads, rights-of-way, municipal properties and facilities, and other public sites. The Contractor will be responsible for determining the method and manner of all debris clearance, removal, and lawful disposal operations consistent with Local, State and Federal regulations. Disposal of debris may be at any lawful site selected by the Cpty or at City-designated TDSR sites. The Co roducts will be responsible for the lawful final dis osal of all debris and debris reduction by-p deposited at the TDSR site. The City has three pre-designated TDSR sites for the sole purpose of the temporary staging and reduction of clean woody debris and construction and demolition (C&D) materials. (See Attachment D.) No other debris management operations will be allowed on these sites. The Contractor will operate the TDSR sites, and only City vehicles, Contractor vehicles, and others specifically authorized by the City will be allowed to use the sites. The City may also establish homeowner drop-off sites for debris. The Contractor will be responsible for removing all debris from those sites daily and transporting it to a TDSR site or authorized landfill. E. Planning Standard for Hazardous Waste Collection, Characterization, Packaging, Transportation and Disposal Services The Department of Engineering Services has selected a Category 4 wet hurricane that impacts the entire City with equal intensity as its planning standard. The worst case Hazardous, Toxic or Radiological Waste (HTRW) volume anticipated from such a storm impacting the entire city with equal intensity is 200,000 pounds of dry materials and 60;000 gallons of liquids. This estimated debris volume is strictly a planning figure for estimating potential removal and disposal needs. It is not a fixed quantity for the purpose of contractual obligations. The actual volume of HTRW may be greater than or less than the planning volumes, and probably will be less. For the purpose of this Bid Package and solely for the purpose of standardizing the contents of all submittals, the Contractor shall use planning figures of 200,000 pounds of dry materials and 60,000 gallons of liquid as the initial volume estimates for post-disaster HTRW removal. Contractor submittals will also address, in less detail, how the Contractor would address larger and smaller volumes of debris. The City Engineers' goal is to complete the HTRW removal and disposal process in 180 calendar days. This assumes that the entire area of the City will be accessible within that period. Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks after a major natural disaster. The Contractor must be aware that it might not be possible to initiate operations in all parts of the City simultaneously immediately after a storm. F. Hazardous Waste Collection, Characterization, Packaging, Transportation and Disposal Management Planning for post-disaster cleanup operations is a function of the Department of Engineering Services and the HTRW removal and disposal operations will be directed by the City Engineer. The City will execute one (and reserves the right to execute more than one) HTRW removal and disposal services contract on a contingency basis for the purpose of having a Contractor immediately available and committed to assisting the City in the aftermath of a major disaster. Each Contractor holding a HTRW removal and disposal contract will serve as a general Contractor for the purpose of those operations, and will be able to use his/her own and Subcontractor resources to meet the obligations of the contract. It is anticipated that the Contractor will use both local and non-local Subcontractors. Notwithstanding, the Contractor will be expected to use fully qualfied and properly equipped local firms to the maximum extent practicable. (See Technical Specification 01996) The Contractor shall ensure that wherever non-English speaking crews are utilized, at least one crew supervisor must be fluent in English HTRW removal will generally be limited to materials in, upon, or brought to public streets and roads, rights-of-way, municipal properties and facilities, and other public sites. Contractor will be responsible for determining the method and manner of all HTRW removal and lawful disposal operations. Disposal of HTRW may be at any lawful site selected by the Contractor and approved by the City Engineer. The general concept of HTRW removal operations includes multiple, scheduled passes of each populated area and each rights-of--way directed. This will allow citizens to return to theirproperties and bring materials to the rights-of-way as recovery progresses. The City will prescribe the specific procedures to be used after ascertaining the scope and nature of the disaster's impacts. II. REQUEST FOR BIDS GENERAL PROVISIONS Please submit Proposal as follows: A. Contractors must submit six (6) copies of the Letters of Interest/Request For Bids in the required format. Bid Packages must be actually received in the City Secretary's Office, 1st Floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas, 78401, by 2.00 P M Wednesday June 18th, 2008. No Bid Package will be accepted after this date and time. No matter which method of delivery a Contractor chooses (United States Postal Service, courier, hand delivery, or other) to submit their Bid Package, it is the Contractor's responsibility to ensure that the Bid Package is actually received and time stamped in the City Secretary's Office, 1st Floor, City Hall by the deadline specified. B. Contractors should submit Bid Packages in a sealed envelope/box marked: "Bid Package Post Hurricane /Disaster Recovery Operations-Proiect No. 90042". Bid Packages submitted will become the City s property and will not be returned. The Bid Package must include a Letter of Interest (cover letter) that provides all of the following information and in the sequence shown: 1. Identify the Contractor as the lead services professional and any proposed sub-Contractors which will be included on the Project "teams" by category. 2. Identify the names, titles, telephone numbers, email addresses, and facsimile numbers of individuals who are available to be contacted by the City concerning the Bid Package and for additional information. 3. Acknowledge that the completed Disclosure of Interests Form (see Exhibit "A" Disclosure of Interests Form) has been included in the Bid Package and that all addenda to the Bid Package, by number, have been received. 4. Certification that the mandatory requirements (see Exhibit "B" Mandatory Requirements) of the project will be met. 5. The Bid Package must be signed by an individual, identified by name and title, who is authorized to bind the Contractor to a contract. 6. Finally, each transmittal letter will include, as an exhibit, a completed and signed City Disclosure of Interests Form (copy attached as Exhibit "A"). C. The City Manager has approved the recommendation of waiving the local participation requirement of 75% local participation and 25% non-local participation; and establishing a minimum 40% local participation and a __.__a.... .....uvnmun4 D. The City reserves the right to: 1. Waive any defect, irregularity, or informality in Bid Package procedures or in any response to the Bid Package: 2. Reject any or all submittals. 3. Cancel any portion or the entire Bid Package at any time. 4. Re-issue the Bid Package. 5. Extend the proposal submission deadline. E. Prospective Contractors have the option to attend a mandatory Pre- Proposal Conference on the date and time, and at the location specified in the Notice to Bidders. The purpose of this conference is to afford all Contractors the opportunity to ask questions to City Staff to fully understand the City's preparedness program and obligations to the successful Contractor. F. Questions concerning this Bid Package will be in writing only and addressed to: Kevin Stowers, Interim Director of Engineering Services City of Corpus Christi P. O. Box 9277 Corpus Christi, TX 78469 Written questions may be submitted by facsimile to (361) 826-3501. Questions must be received by the City no later than 5:00 p^m. on+WednPCdn sJh ve been received by calling 361-826-3519. G. Notwithstanding this deadline, questions must be submitted with sufficient time allowed for a reply to reach each Contractor no later than seven (7) days before the Bid Package submission deadline. Any information given to one Contractor will be furnished to all Contractors who have indicated an interest as an addendum to this Bid Package if the City determines, in its sole discretion, that such information is necessary for Contractors to submit the Proposal or that the lack of such information would be unfairly prejudicial to uninformed Contractors. H. In accordance with Section 252.049 of the Texas Local Government Code, Contractors' Bid Packages will be opened in a manner that avoids disclosure of the contents to competing offers and keeps the Proposal secret during negotiations. All Bid Packages are open for public inspection after the contract is awarded, but trade secrets and confidential information are not open for public inspection. It is specifically provided; however, that each Contractor will identify any information contained in its Bid Package which it asserts is either a trade secret or confidential information. This material will be identified conspicuously by marking each page containing this information. In the event such material is not conspicuously identified, then by submitting its Bid Package, a Contractor agrees that such material will be considered public information. - III, EVALUATION AND SELECTION CRITERIA The following procedure will be utilized for the selection of the contracting firm: Step 1 The Letter of Intent LOI (cover letter) must be clear, brief, and respond to this Bid Package. The LOI (cover letter) must address the six (fi) steps outlined in Section inBthis B d'tPackage~hastcompleted the B d Pa kalge nett to requi ed format (see Exhibit "C"); and has submitted the mandatory requirements information. Step 2 From those remaining after Step 1, the City will review the written Bid Package responses to determine the most highly qualified providers based on demonstrated competence and qualifications. Step 2 will involve evaluating the Bid Packages according to the following criteria which are listed here: MANDATORY CRITERIA A, QUALIFICATION REQUIREMENTS Provide evidence and statements of compliancelintent in the form of written documentation that ContractCr'deriathat follow tering into a contract with the City by satisfying Mandatory Contractor must have specific experience providing debris clearance, removal, disposal and hazardous waste services, to include collection, characterization, and public packaging, transportation and disposal of HTRW from public property rights-of-way services following a natural disaster or for other large scale construction projects. Bove nmental entity for any reason with n1theaast 10 yearsg Provide slat Imentnof compliance. Contractor must complete and sign a Disclosure of Interest Form (Exhibit A). Include form in Section 6 Mandatory Requests of the Response Format. Contractor must not be operating under Chapter 11 or any other financial rental'arrangements. Pr ovide ahstatementlof complianceto equipment leasing or g. CONTRACTING REQUIREMENTS • subm t to the CityoEngineer a'caept ble Paymen land Perfoemance (Bonds from a forrno less thane$5,000 000 gua~a teed fornone yearoanld automatically ~enewed annually for the full term of the contract, or a five (5) percent Bid Bond guaranteed for one (1) year and automatically renewed annually for the full term Certified Sudety equaltoathe amount of thetot I bid musBbe del v ed within 72 hours of the activation of the contract. Provide a statement of intent. The successful Contractor must mobilize personnel and equipment to provide the required response services within the time frame specified in Contract Provisions, Specifications and Forms of Contracts and Bonds. Provide a statement of intent. The successful Contractor must participate in the City's annual hurricane exercise. Atwo-person management team will be required, for not more than two days, to simulate activation of the contract and coordination of the recovery operations. Provide a statement of intent. The successful Contractor must perform as an independent contractor and, as such, must have and maintain complete control over all of its employees and operations. Provide a statement of intent. The successful Contractor must not assign, sublet, or transfer its interest or obligations of this project. Provide a statement of intent. C. INSURANCE REQUIREMENTS Contractor must execute Affidavit of Insurance (Exhibit B Mandatory Requirements). D. USE OF SUBCONTRACTORS The successful Contractor may use Subcontractors for this project. The Contractor must list Subcontractors proposed for this project and their respective duties. The Contractor is not restricted to a minimum value of all work that must be performed by his own organization. No Subcontractor may provide services unless the City Engineer consents. The Contractor shall be responsible for completing all contract work even if a Contractor tshall sbe responsib eonfoibilitheo act onset and rtperforman elsof tall Subcontractors. Furthermore, the Contractor agrees that any subcontract for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Contractor, unless Contractor provides such coverage for his/her Subcontractors. However, all Subcontractors must provide their own Workers' Compensation Insurance per State law. Subcontractor certificates of insurance and endorsements must be collected by the Contractor and made available for City Contract Administrator review upon request. Under no circumstances will the Contractor use an See bwww a Ss.bcoontractor listed on the GSA Excluded Parties List System (epls) ( p 9 )• Contractor will be expected to use fully qualified and properly equipped local firms to the maximum extent practicable. E. ADDENDA Contractor must acknowledge, by number, the receipt of all addenda to both the Pre-Qualification and Price Bids. - PROJECT REQUIREMENTS Provide written response regarding Contractor's ability to satisfy Project Requirements that follow: A. EXPERIENCE ears performing post- . Describe Contractor's experience during the last five (5) y hurricane /disaster recovery, HTRW and debris clearing or other work similar to that required by this project. The Contractor must identify similar projects that it n the workythe Contractor mu t also identify simsla~ work successfully completed by the Subcontractors. Describe Contractors most recent experience in mobilizing large workforces under routine and emergency conditions. Provide Contractor and Subcontractor references that the City Engineer may contact to discuss performance on other similar work. These references must specify: o Project name; o Description of work; o Contract value of work performed; ~ owner/representative who ove slaw p oject; andber of project o Dates (month/year) contract was issued and actually completed. i3. PROJECT APPROACH In general, this project requires clearing debris from the public rights-of-way to facilitate traffic movement, removal of debris other than and house hold garbage from public property, operation of Temporary Debris Staging and Reduction (TDSR) sites and the ultimate disposal of the debris and hazardous waste services, to include collection, characterizanidOnpubl'ckaigh9s-of-wayofollowingna disposal of HTRW from public property natural disaster or for other large scale projects. Contractor must provide a general description of how he will approach this work, and the description is to include: o A Statement of the requirements as Contractor perceives them; o An estimate of the personnel and equipment necessary; o His/her resource mobilization strategy; and o His/her field operation strategy. Exceptions to the project work as described by the City must fully be explained. C. CAPABILITY, CAPACITY AND AVAILABILITY Describe how the Contractor intends to maintain its cthe biC ry cfollow ng na availability of forces to respond if activated by hurricane/natural disaster. p. PERFORMANCE Describe how the Contractor intends to complete the project in the time-frame desired by the City. Comment on how the Contractor's ability to perform will be affected by smaller andlor larger hurricane/disaster events generating approximately 2,000,000 cubic yards and 7,000,000 cubic yards of debris, respectively. Step 3 Step 4 Based on this step evaluation of the written responses to the Bid Package, the City will retain a number of the highest-rated Contractors for further considerations during Price Proposal Evaluation. The Price Proposal Evaluation will be the third step of the selection process. In Step 3 (Price Proposal Evaluation), the Contractor will be evaluated according to the Price Proposal described in the Special Provisions, Specifications, and Form of Contracts and Bonds Section of this document. Equally Qualified. In those cases where different Contractors are deemed to be equally' qualified, based on an evaluation of criteria A-D, the City Manager or his designee will make the determination. In Step 4, the City will develop a contract for services with the most highly qualified provider as determined in Steps 1, 2, 3. Once the Department of Engineering Services has received approval and is authorized to develop a contract, the contract is signed by the Contractor, it will be submitted to the City Managov sltthis recommendation to award the contract. If the City Manager app recommendation, the contract will then be submitted to the City Council for consideration. The City will not be bound under any contract until the City Council authorizes the City Manager or his designee to sign the contract and that individual actually signs the contract. A proposed schedule is attached as Exhibit "D" Proposed Project Award Schedule. Kevin Stowers, Interim Director of Engineering Services IV. Exhibits A, Disclosure Requirementsrm g, Mandatory C. Response Format p. Proposed Project Award Schedule ~~ City Of CITY OF CORPUS CHRISTI _ COI'j)US DISCLOSURE OF INTERESTS '~ . Cj1r1St1 w+~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NIA". FIRM NAME: CITY: ZIP: STREET: FIRM is: 1. Corporation 2. Partnership- 3. Sole Owner- 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Job Tine ana city Department (if known) Name 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Titte Name 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above Boa med mm lion or comminee Name 4. State the names of each employee or officer of a consultantforthe City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. consultant Name CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the Ciiy of Corpus Christi, Texas as changes occur. Certifying Person: ype or not Signature of Certifying EXHIBIT "A" Pa e1of2 DEFINITIONS ointed by the City Council of the City of a, Board Member. A member of any board, commission or committee app Corpus Chnsti, Texas. b Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or parttime basis, but no as an independent contractor. rofessional, industrial or commercial and whether enti o erated for economic gain, whether P cor oration, joint sock company, joint venture, established to produce or deal with ~ peoddPctror oses of taxauw'n9are treate Itas non-Ptdies o9erated in t e or c, Firm.. Any t1' P erson, partnership, P rofit or anizations. of sole proprietorship, as self-emp , ~ Manager, Assistant City Managers, receivership or trust and entities whic , for p P er Deputy City us Christi, Texas. members of the City Council, City Manag tY rt es o~ the Ci of Corp d, Official. The Mayor, , . including when Department and Division Heads and Municipal Cou Jug enti Constructively held refers to holding or e, Ownership Interest. Legal or equitagble interest, whether actually or constructively held, in a firm, such interest is held through an a ent, trust, estate or holding tY' of Cor us Christi for the control established through voting trusts, proxies or special terms of venture or partnership agreements. Consultant. Any person or firm, such as engineers and architects, hired by the City P f' purpose of professional consultation and recommendation. EXHIBIT "A" Pa e2of2 EXHIBIT "B" REQUEST FOR BID'S MANDATORY REQUIREMENTS Codes and Standards The Contractor/Contractor team (Contractor's) work will be performed in accordance with the most current applicable codes and standards. Safety Requirements If Contractor or its subcontractors are observed engaging in any unsafe activities or unsanitary practices which may be detrimental to City facilities or the general public, the individual will be immediately removed from the worksite. Depending on the nature and severity of the offense, the individual may be allowed to return to work after receiving safety training satisfactory to the City. Insurance Requirements The Contractor will not begin work under the contract until all required insurance is obtained and provided to the City with the related certificates and endorsements. For the duration of the project, the Contractor will provide the insurance listed below and document required coverage's with certificates of insurance: TYPE OF INSiJRANCB MINIMOM INSURANCE COVBRAGE 30-Day Notice of Cancellation required on I pgR1000DRRENCEa/dAGGREGATE Damage all certificates . Commercial General Liability including: I, Commercial Form 2, 3 Premises - Operations Explosion and Collapse Hazard . q Underground Hazard , 5, Products/ Completed Operations Hazard 5. Contractual Liability ~, Broad Form Property Damage g, Independent Contractors 9_ Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED OR RENTED WORKERS' COMPENSATION $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXHIBIT "B" Page 1 of 3 ,000,000 PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-term environmental impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER $2,000,000 COMBINED SINGLE LIMIT X REQUIRED ~- ^ NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED $100,000 Combined Single Limit See Section B-6-I1 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED Coverage will be documented in a certificate of insurance or, if the Contractor provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers' compensation coverage liability. The Contractorwill also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers' Compensation Commission. Except for workers' compensation insurance, for each insurance coverage required under the contract, the Contractor will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469-9277 For workers' compensation insurance, 10 days notice of cancellation or material change will be sufficient. The Contractor will also provide an additional insured endorsement for each insurance policy except workers' compensation insurance. Each will name the City as additional insured. EXHIBIT "B" Page 2 of 3 Use of Subcontractors use subcontractors to compleotV de ervices unless the C"ity consents. The Contractor may the Mandatory Criteria. No subcontractor may p Consent will not be withheld unreasonably. the Contractor will be The Contra edr es bo sibpty to I completep celrtainllworkracAlso k even if a subcontrac or has assum P responsible for the acts and omissions of any subcontractors. Furthermore, the Contractor agrees that any subcontractor for this project will include the insurance requirements in favor of the City as are specified in tensa't on same mandatory hasized for workers' comp contract with the Contractor. This is particularly emp insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Contractor and available for City review upon request. EXHIBIT "B" Page 3 of 3 EXHIBIT "C" REQUEST FOR BIDS RESPONSE FORMAT ContractorslContractortearns (Contractor) interested in performing professional services for the projec~~ ne IB de Inl thei followingrformat utiliz ngl numb6eredptabs foreeach of the response to sections. Table of Contents Section 1. Letter of Interest (Cover Letter) from Authorized Contractor Representative ro osed ~, Identify the Contractor as the lead services professional and any p p subcontractors which will be included on the Project "teams" by category. 2. I umbers of nd v duals who alre availablento be contacteddby thesCity concerning n the Bid and for additional information. 3. Ackcnosu a of Interest Fo m) has been included nnthe Bid and hat all addenidato Dis the Bid, by number, have been received. 4. Certification that the mandatory requirements (see Exhibit "B" Mandatory Requirements) of the project will be met. 5, The Bid must be signed by an individual, identified by name and title, who is authorized to bind the Contractor to a contract. 6 E'solosure oflttnte gists Form elude, as an exhibit, a completed and signed City Di Section 2. Qualifications and Experience Provide general informationwoa kou mbar t thattrequired for this proje cerEach Bidrshotuld last ten years performing provide tfse eirforVmance on other sd'im lar work aThese references should spec fy: contac to discus p Project Name and Number Description of work and how this prior experience Total contract value of work performed relates to this Project EXHIBIT "C" Page 1 of 2 Name, address, and telephone number of project owner/representative who oversaw project performance Dates (month/year) contract was issued and actually completed Section 3. Resumes -Project Team Capabilities and Capacities Provide resumes of the Contractor Team (Contractor and sub-Contractors) include the following: Job Title Education Work Experience Skills and Abilities Licenses and Registrations Organizations Publications Section 4. Similar Projects Section 5. Approach to Projects Provide the following information: Protect Title: POST-HURRICANE/DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE MATERIALS PROJECT NO. 90042 Approach: Synopsis of the Contractor's depth of knowledge of project's scope and special requirements including proposed approach to the project identified. Team Organization Chart Local Participation Section 6. Mandatory Requirements All mandatory requirements identified in the BID will be submitted in this section including: 1. Completed Disclosure Of Interest Form 2. Insurance Requirements 3. By number, the receipt of all Addenda to the BID EXHIBIT "C" Page 2 of 2 EXHIBIT "D" PROPOSED PROJECT AWARD SCHEDULE Monday June 2 & 9, 2008 Advertise/ Mail Out Bid Package Wednesday June 11, 2008 Final day to submit questions on Bid Package Wednesday June 18, 2008 Bid Opening 2:00 PM Deadline Friday June 20, 2008 Make recommendations to City Manager and obtain authorization to negotiate contract Tuesday June 24, 2008 Council award of Contract For Professional Services Tuesday July 1, 2008 Contractor Workshop EXHIBIT "D" Pa e 1 of 1 SPECIAL PROVISION RACTS AND BONDSAND FORMS OF CO NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: POST=HURRICANE / DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZp,RD0U5 WASTE MATERIALS PROJECT NO. 90042 consists of: consisting of clearing roadway debris Base- -- • Emergency Roadway Debris Clearing, to the side of the road to open key access routes into devastate area (See Technical Specification-01995). Limited to a total of 70 hours. Base_~ $° public Rights-of-Way Debris Removal. consisting of the removal and transpor of eligible disaster-generated debris from designated street oa tipping ro erty to a designated temporary debris staging rights-of-way or public P P roved landfill. The City will p y and reduction (TDSR) site or app fees at the approved landfill (See Technical Specification- 01995). Limite to a maximum of 90 calendar days. re ation, TDSR Site Operation/Debris Disposal, consisting of debris seg 9 volume reduction, and final disposal. Di ensel ThelContractor mayekeep the ash, metals, and other materials• roved TDSR site will be at the Contractor's exP osed of at an app proceeds from the sale of mulch, ecif station-01997). residual debris must be removed Tense h(See TechnicalpSp landfill at the Contractor's exp Limited to a maximum of 180 calendar days• and Base Bid B is to be erformed on a time era d of the bcontract will be 5 years with Base Bid A will be p performed on a unit price basis• rice adjustment based on the U.S. Department of an annual re-certification and P Consumer Price Index for Houstone lished in Labor, Bureau of Labor Statistics, e of the Construction Cost Inde1nPon, is most Brazoria, TX or the net annual chan4gich, in the City Engineer's op• sneering News Record (ENR) ublic. the Eng~ and in the best interest of the p advantageous to the City erations to collect, Base Sid C: consists of post-hurricane/disaster oP and Radiological charac pack, transport and dispose of Hazardous, Toxic, This portion of the project is divided into two race basis. Wastes (HTRW). o on a unit p Potential Contractors are required to bid on each Categ Limited to a maximum of 180 calendar days. (See Technical Specification-01996)• HTRW operations will be divided into the following Categories: Category l: Household Hazardous Waste (HHW)-Used or leftover contents of consumer products that contain chemicals with one or more of the following the Environmental Protection Agency: 1) as defined by or 4) Reactive. Examples of characteristics, 3) Corrosive and/ Toxic, 2) Flammable, antities of normal household roducts, latex and oil based paint, cleaning household hazardous waste include smal qu ro ane gas cleaning and maintenance p ool chemicals, pesticides, p P solvents, gasoline, oils, swimming p cylinders, etc. - The City Engineer will identify specific pickup locations or areas for HHW hts-of-way collection. The Contractor will not have to sort through rig for otential HHW materials. Residents will be debris piles looking P arate piles that will be easily instructed to place their HHW items in sep identifiable or to take HHW materials to d ro g rt es andpbring debris and This will allow citizens to return to their p P as recovery progresses. The City Engineer will HHW to the rights-of-way prescribe the specific procedures to be used after ascertaining the stop .. __.. ~o.a 7/5/00 and nature of the disaster's impacts. The general concept of HHW collection from TDSR sites will only be once a day for approximately 3 weeks or as directed by the City Engine Cabaniss TDSR sites are located at U.S. Navy Waldron Field, U.S. Navy Field, and Corpus Christi International Airport. • Category 2: Industrial/Commercial Haaardoua Waste-Material and products from institutional, commercial, recreational, industrial and agricultural sources that contain certain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: 1) Toxic, 2) Flammable, 3) Corrosive; and/or 4) Reactive. The City Engineer will identify the location of certain commercial and industrial hazardous and toxic waste, low-level radiological wastes, biological, medical (including possibly infectious wastes) and animal carcass wastes, and petroleum and ootheTtwasOnce identified P the Contractor upon City rights-of-way or City p P Y• will be responsible for collection, characterization, packaging, transportation and disposal actions. All activities will be coordinated with the City Engineer before work begins. Bids will be received at the office of the City Secretary until 2:00 p.m. on 2008, and then publicly opened and read. Any bid received Wednesday June 18, after closing time will be returned unopened. *The Contractor has the 008 n The loca ton ofethedmeetinngwillsbeeaheeEnfineering g g am Wednesday June 11, Services Main Conference Room, Thirdg loor, City Hall, 1201 Leone Citree and owill Christi, Texas. The pre-bid meetin will be conducted by Y. include a discussion of the project scope. A bid bond in the amount of 5~ of the highest amount bid must accompany each bid. Failure to provide the bid bond will constitute a non-responsive bid 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 depos od fcond tionn withinOt woolweeks (ofObid dated guarantee of their return in g 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 Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSiFRANCS NINIMIIM INSURANCE COVSRAGS 30-Day Notice of Cancellation required on Bodily Injury and Property Damage all certificates PSR OCCIIRRSNCB / AGGREGATE Commercial General Liability including: 1. Commercial Form 2 Premises - Operations , 3, Explosion and Collapse Hazard g Underground Hazard , 5, Products/ Completed Operations Hazard 5, Contractual Liability ~, Broad Form Property Damage g, Independent Contractors 9, Personal Injury AUTOMOBILE LIABILITY--OWNED NON-OWNED OR RENTED WORKERS' COMPENSATION $2,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY EXCESS LIABILITY PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long-term environmental impact for the disposal of contaminants BUILDERS' RISK INSTALLATION FLOATER $100,000 $1,000,000 COMBINED SINGLE LIMIT $2,000,000 COMBINED SINGLE LIMIT X REQUIRED ^ NOT REQUIRED See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements ^ REQUIRED X NOT REQUIRED Page 1 of 2 •The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. •The name of the Project must be listed under "description of operations" on each certificate of insurance. •For each insurance coverage, the Contractor shall obtain an endorsement to the applicable insurance policy, 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 8-6-11 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, Contract Administrator at 880-3500. please contact the Page 2 of 2 NOTICE TO CONTRACTORS - B WORD=R' S CO:°ET-dSATION COVERAGc FOR . BUILDING Oic CONSTRUCTION PROJECTS FOR GCVE=~-^1MENT ENTITIES ^•exas law requires that -post contractobuilding crt construction work or services for ae sation insura^.ce, authorized others providing worker's comp e prcec~ must be covered by r„ved worker's compensation coverag r "surance, or' an app"' se1_-.. agreement. subcontractor Even if Texas law does not require a contractor, or others performing project services (including deliveries to the job site) _~ provide 1 of the 3 forms of worker's compensation coverage, ire such coverage for all indi includi Grod dl g wthe the City will regv ect at any time, r re wired to or =_e~.'ices on this Proj mai^t°-nance guaranty oeri ad .V-~~~nc°of Transportation under Texas Civil regis.°"-' with the Texas Dep and which provide accide^_tai insurneed Statutes Article 6675c, Section 4(j) coverace under Texas Civil Statutes Article 667 c, " worker's compensation coverage. not :,rovide 1 of the 3 forms of licable provisions The Contractor agrees to comply with all app of Section 110.110, a copy incorporated into the project contract. of Texas Administrative Code Title , which '.s attached and deemed Please note that under section 110.110: the Contractor's certain language must be included in Contract with the City and the Contractoservi~esrafor wthe subcontractors and others providing Project; :o the City ~, the Contractor '_s required to submit certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and sub du nupgdathe certificates showing extension of coverag Project; and •,- d notice at the Contractor is required to post the reau.-° " the job site. gy s'_caing this Contract, the Contractor certifies that :~ will timely ~'B" re irement=. compl.: with these Notice to Contractors qn NOSiC`-'`R vises R1 ~13/98I B Page 1 of 7 8/-r Ira ;SL'e r ~: C Title 2S. L~iSI.-R~-`SCE Part II. TEAS ~i'ORILERS~ COTM'LPE`tSATION COy1ylISSIO`I Chapter 110. REQI-''II`-ED ~OTTCES OF COV'ER~GE Subchapter B. E~4PI-0~'ER ~`OTICES ~ 110.110 Reaortin_ Reeuiremeats for Building or Construction Projecu for GaveTnmental Entities when used in this rule, shall have the following meanings, unless not defined in this rule shall have the meaning deaned in (a) The following words and terms, se. Terms the context clearly indicates othenvi the Texas I-abor Cade, if so defined. a ce;-tincate of autuorir}' ` copy of a certmcate of ~^sur"anCe, .1-WCC_S 1. (1) Certincate of coverage (ce^.inu'te1-~ ance coverage to self-insure issued by rite c„tnmissien, er a workers' comworkers' compensatiomn insurnc tICC-S4), showing statutory roviamg TWCC-SZ, TWCC-S3, or T~ eys (inc'tuding those subject to a coverage 2ereement) p for the person s or entit}rs employ ro ect. services on a project, for the duration of the p j 406.096(e)(1). as t're me nin~ defined in the Texas Labor Code, § (2) Buildurg or construction-ri ~ ~ ro ect by a governmental (3) Contractor-=~ Person bidding for or awarded a building or construction p j exas entity. e Workers' compensation insurance meeting the statutory requirements of the (4) Coverag -401.011(4'1). Labor Code, § TWCC-S2, form ~VCC-S3, ent on form.T~T7CC-S1, form flsbes a nreern • ssion which estab_,mt to (5) Coverage agreement-A wnttea a_ Workers' Compensation Corrupt or form TWCC-34, filed wtth the Texas oses of the Texas Workers' Compensation jo ee and es for purp as one of employer/emp Y ersons relationship between the pam Lets F and G, e for p the Texas Labor Code, Chapter 406, Subchtap workers' compensatien coverag establishes who wdl be responsible for providing providing services on the protect. ro ect until ck:e of work on the p l (6) Duration of the projecc-Includes the time uom the begitutmg iered and accented by the govet:t-mental entity. "'~ ~e wor'x on the project has been come 406.096 of the Act)- +•- 'subcontractor" u• 4 includes all persons or se^nces on the proje..• (~ hand (i) of this section, erform on the project, (7) Persons providing whether exception of persons excluded under subsections of the services the contractor has undertaken top sttbconuactors. entities pe:iotmins= all or P~ trots, regardless of whether that person conuaced directly with the contractor and regardelC mployees of to ees of any such entity, that person has employees. Tr1ers, owner-ooerators,~mp Y mneceno cgs" inctludes but is not lrntited leasing companies, motor cam ro ect. "..ervi - any entity fi:rtnsmn=Persons to perform services on the p I yoTICE TO GONTM~i0A5 - = pj Sed 1/17/981 g/7/9S Re page 2 of T http://wvn'/.ses. state.tv•us/tac/2s/IU 1101B/ 110.1 l0.html Page 2 c: o ^..is. cr providing labor, tr. nsoc^^ =Ccn. or other - dine, or de? ~ Brine eeuipment cr -~-"••' . ; ~ ,;,.~ eiated to the proie..., _ ~h as service :eia:eti to a projec.. ervices° does not i::c..:ce actna.e_ - . a ~~_ endors, Bryce supply deliveries, as.: delivery of poruble toilets. (8) Prcie~ --~c:odes ttra pro•.ision of all services rei~'•ed to a building or construction co ::tact fot a goverr~ e^:~~ entity. (b) Pro~idirz or causing to °e provided a certificate of coverage pursuant to this rule is a ;~_ ,hat all employees of t}te insured w•ho are providing services en the represen_::~:: by the insured ' project a.'e covered by workers' compertsauon coverzze, chat thercoverag eia b eitt nts have been filed reportine of c•.assification cedes and payroll amounts, and drat aL coverag ~ with vt:e ap°roptiate insuranc pcarner ortamise or m:sleading~ mssred wtth the commission's Diviston certificates of coverage, or failing to uired coverage, or failing to report any c:age that materially auecs the of SeL-Insure-ice Re?ulatior . roviding roviding services on the project to provide or r..aintain req provision of coverage may ssbject the contract°r or other person p adtninistrac:ve Penalties, criminal Penalties, civil peatities, or other civil actions. (c) A gover^~ ental entity t::at enters into a buildi:.g or cot~trc.:°n contract on a project S'~~ (1) include in tae bid specifications, ~ tl1e Provisions qT paragrapn ('~ of this subsection, using the language required by paza~Pn (y) °f this subsection; 7 of this subsec:io4 require the (2) as Dart o: vhe contract, using the language required by paza~Ph ( ) contractor to perform as re°utred in subsection (d) of this section; c-n the contractor a certificate of coverage for each person providing services on the (3) obtain ~ work on the project; project, prior to that person begimvrtg extension of coverage: (4) obtam from the contractor a new certificate of coverage showing (A) before the end of the current coverage Period, i_Fthe contracot's cutTent certificate of coverage shows that the coverage Pe.^rod ends durirtg the duration of the Pt°lact; and rovitiing (g) no later tr-.an seven days after the expiration of the cnveraee for each other person whose current certificate shows that the coverage Period ends doting the services on the project duration of the project; ears thereafter, (5) retain certuicates of coverage on file for the duration of the project and for three Y erson (6) Provide a copy of the cerificates of coverage to the commission upon request and to any P entitled :e them by law; and .~,~thout (7) use the lat.=sage contained in the following Figure 1 for bid specifications and contras. any addit;onai words or changes, e oses tric~er stana'uds of docu~e ation:e specific document in which they are contained or to imp T28S 110.110(c)(7) Ibl NOTICE TO CONTRACTORS - 3 Revised t/13/98r $/7/C8 page 3 of ~ http:/lwww. sos.state.tx. us/tac'~8/LI/110B/110. I I O.htrnl Page ~ o[ 6 ~~ T.~C 110.110 ~) ?, contractor snail: (1) provide coverage for its empieyees croviding servtces on a project, fcr ti:e duration of the project sued on proper reaoring of class•:-.ca=on codes and payreil ameunts arc .'::got any coverage ~eements; .;31 provide a certificate of coverage showing workers' compensation coverage to the governmental ~nury prior to begiruiag work on t:Re project (3) provide the governmental enurr, p^.Or to the end of the coverage perien, a new ceruficate of coverage showing extension of cevenge, if the coverage period shown on ine conLractot's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and Provide to rite governmental entity: (A) a certificate of coverage, prior to that person beginning work on the eroject, so the governmental entity will have on 51e certificates of coverage showing coverage for all persons providing services on ~.e project; and fS) no later than seven ~ ~e Coverae_etperiod shown on the current cettincate of coverage ends during extension of coverage, the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or Personal delivery, ~~ ten days after the Contractor knew or should have 'mown, of any change that materially a>iects the provision of coverage of any person Providing services on the project; (7) Post a notice on each project site informing all persons providing services on the project that they ue reauired to be covered, and stating how a person may verrfy current ccverase and report f ure to other ostiag requirements imposed by the Ad or other _ e and text in at provide coverage. This notice does not satisfy P other language common cemmission Hiles. This nott~a s~ be in both English and Spanish and any bold typ least 19 point normal type text provided by the to the worker populatio le notice, without any a~dditi~O~ w ~ o~ changes: commission on the camp }tEQ~D WORKFl'ZS' COMPEl`lSATION COVERAGE "The law requires that each Person woridng on this site or providing services related to this construction project must be covered by workers' compensation insurance. T':as includes perso ecuipment or materials, or providing labor or transportation or other providing, haufing, or delivering em to ee." service related to the project, regardless of the identity of their employer or status as an P Y "Call the Texas Workers' Compersarion Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verily whether your employer has provided [he required coverage, or to repoR an employer's failure to provide coverage. NOTICb' 70 CONTRACTORS - 9 Re Pa9ed41of3798) http://www. sos.state.tx.us/tacl28/II/I l OB/110. i l0.htm1 8/7/98 Yage 4 of 6 ?S TnC i i"v.110 ~rojectto: ~ro~ide ser~~ces e:: a . (8) contracn:aily require °.=ch person with t;•rer conuzcs =c • - roper reporri:.g of classificarion codes and payr°u zr^ounts and fihrtg roie^, ror the duration of its employees providing services en the p (p) provide coverage based on P of any coverage agreernens for a:i of the aroiecr; ,~o x•ork on the (g) Provide a cettiflG=re °= c°~'erzee to the conczct°r Prior to thzt person beeinri.•_ ' he language in subsect:cn (e)(3) of this proje~ ; (C) include in alI cenu-aas to Pr°vide services cr. the projem t• section; coverage perio4 a new cartinG==e o~ coverage - rior :o the end of the on ttte current certificate of coverage (D) Provide the contnc:o•, P the coverage period shown showing e,tteasion of coverage, if ends durins the duration of the project; ,ride to the centractor: whom it contracts. and pro (g) obtain from each oche. person with work on the proje^; =•d (1) a certificate of coverzge, prior to the other person beginning to the end of the coverage Period, a new certificate °c CO~c3teeof ~ove 2ge en s during the (d) pnor ¢tlte coverage Period shown on the carte"•` coverage period,ro ~; ~-.d for one year duration of the p j ro ea .--• (17 retain all regtrrred ce^•tncates of coverage on ale for the duration of the p 1 tltereaiter, ersonal delivery, wlthitt ten days ~ wring by certified mail or p ~~ ttte provision of (G) notify the govemmertal entity of any change that materially after the person knew or should have known, and coverage of any person providing services on the protect; to erform as required by rovided to the Person contractually require °`" ch other person with whom it cantraes, P ~ of this paid-?saps nth the certificate of coverage to be p subparagraphs (A)-(~ 'ding services. for whom they are P (e) p person providing services on a project, other than a contractor, shaII: . loyees providing services on a project, for the duranon of the project e for iu emp a oll amounts and filing or any coverage (1) provide covezag based on proper reporting of ciassincation codes and P 'Jr agree gents; its contract to provide services en the protect, (2) Provide a certificate of coverage zs require.. by ect: " 3y signing this prior to beginrtirtg work on the project; contact to provtde services on the pr°j erson signing thts (3) have the following language in iu erson signing tins contract or provtdmg °r causmg to be provided a certificate of coverage, e P to the governmental entity that all employees of the p on the prnJect `'^ll 6e covered by workers' cemPensatien coverage contras is representing contrzc who will provide services 8/7!98 NOSSCAevlsetlNl/~t3/9B) - B Page 5 cf ~ http://~L"'^'/ ~ sos. state.tx•ushad23/Il/ 110/S! 110.110.html rage : of o ~o t 1•~t the coverage will be hued on proper reporting or clusmcauon for u e duration of s•°- prolea, t ' codes and aayroll a._.ounts, and that all coverzge w~th the cot:uni bton s pivtsion ofSelf--Insurance er or, :a the case of a self-irsurea, the contractor to adtttinistrattve insurz^.ce c_rri Regt:iztion. Ptoviaing ~ es°civil penalties, o~ othe~civrt acrorts." penzi;:es, crittrittal F •• riot to the end of the extension of (4) provide the person for whom it is providing servces on the protect, P a new cernficate showing to of coverage ends doting the duration of the coverage period shown on its current certificate of covenge, coverage, if the covenge period shown on the certtfica project; ro ea tinder contract to it, znd provide u (5) obtain from each person providing servtces on a p j required by its contract: erson beginting work on the project; and (p) y certificate of covenge+ Prior to the outer p (B) prior to the end of the covenge Period, a new certificate of covenge showing extenston of the covea¢e Period, if the covenge Period shown on the ctuTent cerrificate of coverage ends doling the duradon of the prole^.; ro ect and for one yeaz' (6) retain all requtren certtncates of coverzge on 51e for the duration of the p j thereafter, ersonal delivery, of any change that in writing by certified mail or p ect and send ('~ notify the goverttaiental entity e of an erson providing services on the proj materially affects the provision of coveng Y P the notice within ten days after the person /mew or should have known. of the change; and (g) centryctually require each other person with whom it contacu to: a ll urtotints and filing er re otting of classification codes and p YfO, for the duryrion (p) Provide coverag~ments for all of its emaloyees providing services on the protect, of any coverage agr ^~ ofthe project; work on the project; (g) provide a certificate of covenge to it prior to that ostler Person betdttttitrg (t:~ include in all contracts to provide services on the project the language in para?~Ph (3) of this ~b5eG1iOt'' a showing extension (1)) provide, prior to the end of the coe ee od shown on the cu~at certificate o coverage ends of the coverage period, if the coverag p durirt¢ rite duration of the project; rovide (E) obtain from each other person under contract to it to provide services on the protect, and p as required by its contact: (i) a certificate of covenge, prior to the other person beginning work on the project; and u riot to the end of the coverage period, a new certificate of covenge showing extension of the e enas during the C7 P cove•aee period, if the coverage period shown on the current certificate o coven V e+orxes xo coerrnneTOas - e 8/7/98 Revised6lof~~98~ http://v,vnv.sos.state.rcos/tac/28/IUI l OB/110.1 l0.htm1 page Page 6 of 6 ~s t~~ !!u.ilu duration ci ::te contract. (F) retain ail reeuired ceri cs:es of coverage on ale for the duration cf rite project and foc one y thereafter, or ersonai delivery, within ten days e^ ~ e^dry m wn~g °y cernfted marl P affects the provision of or should have known, of any change that mzter:aiiy (G) notify t're governor •~ after the person knew roviaing services on the project: aad coverage of any Person p vired by this - whom it contracts. to pert°rn ~ ceq G of this paragraph, wtth the cer[incate of coverage to be (~ contracttsallY require each person with subparaerapn and subpan?ranns (A)-( ) roviaing services. provided to the person for whom they are P ce is held invaltd, the lication to any person or cireW-nstan ven effect without (fl ~ any provision of this pale or its app ficatioas of this rtne that can be St ~yalidity dots not affect other provisions or app the invalid provision or application, and to this end the provtsions of this rule aze declared to e severable. a overtunental ction contracts adve. ='sed for bid bor ~~ttvction (g) This rule is applicable for building or COQ livable for those building entity on or after September 1, 1994. Tlus rule 1994, app contacts entered into on or after September 1, which are not required by law to be advertise for bid. e does not apply to motor cariers who era req o ratio and e re uiremeat in this nil Department of Transp (h) The coverag q Article 6675c, to register vnth the Texas cle 6675c, § 4C1)• t° Texu Civil Statutes, ce coverage pursuant to Texas Civil Statutes, Anti who provide accidental ictsurzn hers and cArporate ement in this rule does not apply to sole proprietors, p key excluded from (i) The coverage regttir 406.097(c), and who are exp 74th j~gislature, uiremeats of the Act, § ~ added by House Btll 1089,°~te executive officers who meat she req 406.097(a) ( artners and core coverage in accordance with the Act' § to sole proprietors, p to self-insure 1.20). This subseeion applies only Ce olicy or Certificate of authority 1995, § e in an insuran P 1, 1996. officers who are excluded from coverag that is delivered, issued for delivery. or renewed on or after Jant3atY 1994, 19 TexReg Source: The provtsions of tins § 110.110 ad I99 20 Te eS 8609.Pteorber 1, 5715; amended to be effective Kovember 6, Return to Section Index N022CE :O CONT3lAGi0ILS - 9 Revised 1/13/981 8/7/98 Pa4e 7 of 7 http:/~w'7^'/~sos.state.tx.usitac123/II/ l I OB~110. I l0.htm1 PART A-SPECIAL PROVISIONS POST-HIIRRICANE/DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOIIS WASTE MATERIALS PROJECT NO. 90042 PART A - SPECIAL PROVISIONS A-1 Time and Place of Receiving Hid's/Pre-Hid Meetiag Sealed bids will be received in conformity with the official advertisement inviting bids for the project. Bids 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., Wedaeaday, Juae 18, 2008. Bids mailed should be addressed in the following manner: City of Corpus Christi City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 ATTN: BID - POST-BO'RRICANB / DISASTER RECOVERY OPBRATION3: D88RIS CLEARING, REMOVAL, AND DISPOSAL SBRVIC85 AND DI An optional pre-bid meeting will be held on WHDNSSDAY, Juae 11, 2008, beginning at 10:00 A.M. The meeting will convene at the Engineering Services Main Conference Room, Third Floor, City Hall, 1201 Leopard Street, Corpus Christi, TX. and will include a discussion of the project elements. A-2 Defiaitiona sad Abbreviatioas Section B-1 of the General Provisions will govern. A-3 Description of Project POST-RDRRICANB / DISASTER RECOVERY OPERATIONS: D8HRI5 CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLHCTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOIIS WASTE MATERIALS PROJECT NO. 90042 consists of: Hdae Bid A: • 8mergeacy Roadway Debris Clearing, consisting of clearing roadway debris to the side of the road to open key access routes into devastated areas (See Technical Specification-01995). Limited to a total of 70 hours. ease Bid B: • Public Rights-of-Way Debris Removal, consisting of the removal and transport of eligible disaster-generated debris from designated street or highway rights-of-way or public property to a designated temporary debris staging and reduction (TDSR) site or approved landfill. The City will pay tipping fees at the approved landfill (See Technical Specification- 01995). Limited to a maximum of 90 calendar days. aectioa A - aP (Revised 12/15/04) Page 1 of 23 • TDSR Site Operation/Debris Disposal, consisting of debris segregation, volume reduction, and final disposal. Disposal of all material entering the TDSR site will be at the Contractor's expense. The Contractor may keep the proceeds from the sale of mulch, ash, metals, and other materials. All residual debris must be removed from the site and disposed of at an approved landfill at the Contractor's expense (See Technical Specification-01997). Limited to a maximum of 180 calendar days. Base Bid A will be performed on a time and material basis, and Base Bid B is to be performed on a unit price basis. The period of the contract will be 5 years with an annual re-certification and price adjustment based on the U.S. Department of Labor, Bureau of Labor Statistics, Consumer Price Index for Houston-Galveston-Brazoria, TX or the net annual change of the Construction Cost Index published in the Engineering News Record (ENR) which, in the City Engineer's opinion, is most advantageous to the City and in the best interest of the public. Base Bid C: consists of post-hurricane/di; characterize, pack, transport and dispose of (HTRW). This portion of the project is Potential Contractors are required to bid on basis. (See Technical Specification-01996). calendar days. caster operations to collect, Hazardous, Toxic, and Radiological Wastes divided into two Categories. each Category on a unit price Limited to a maximum of 180 HTRW operations will be divided into the following Categories: • Category 1: Household Hazardous Waste (HHW)-Used or leftover contents of consumer products that contain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: 1) Toxic, 2) Flammable, 3) Corrosive and/or 4) Reactive. Examples of household hazardous waste include small quantities of normal household cleaning and maintenance products, latex and oil based paint, cleaning solvents, gasoline, oils, swimming pool chemicals, pesticides, propane gas cylinders, etc. The City Engineer will identify specific pickup locations or areas for HHW collection. The Contractor will not have to sort through rights- of-way debris piles looking for potential HHW materials. Residents will be instructed to place their HHW items in separate piles that will be easily identifiable or to take HHW materials to designated drop-off locations. This will allow citizens to return to their properties and bring debris and HHw to the rights-of-way as recovery progresses. The City Engineer will prescribe the specific procedures to be used after ascertaining the scope and nature of the disaster's impacts. The general concept of HHW collection from TDSR sites will only be once a day for approximately 3 weeks or as directed by the .City Engineer. The TDSR sites are located at U.S. Navy Waldron Field, U.S. Navy Cabaniss Field, and Corpus Christi International Airport. • Category 2: Industrial/Commercial Hazardous Waete-Material and products from institutional, commercial, recreational, industrial and agricultural sources that contain certain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: 1) Toxic, 2) Flammable, 3) Corrosive; and/or 4) Reactive. The City Engineer will identify the location of certain commercial and industrial hazardous and toxic waste, low-level radiological wastes, Section A - SP (Revieefl 12/15/04) Page 2 of 23 biological, medical (including possibly infectious wastes) and animal carcass wastes, and petroleum and other wastes, including spills discovered upon City rights-of-way or City property. Once identified, the Contractor will be responsible for collection, characterization, packaging, transportation and disposal actions. All activities will be coordinated with the City Engineer before work begins. A-4 Method of Award The bids will be evaluated based on: 1. BASE BID A, SA38 SID B and BA38 SID C, or 2. SASS BID A, plus HASE BID B, plus BASB 8ID C subject to the availability of funds. The City may elect to award the Base Sid separately or in combination based on best value to the City. 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 Submitted with Bid The following items are required to be submitted with the bid: 1. 5$ Sid Bond (Must .reference POST-HDRRICANH / DISASTER R8COV8RY HAZARDOII3 wASTH MATERIALS PROJECT NO. 90042 as identified in the Sid) (A Cashier's Check, certified check, mosey order or bask draft from any State or National Bank will also be acceptable.) 2. Disclosure of Interests Statement 3. ST FOR BIDS ( A-6 Time of Completion/Liquidated Damages The. working time for completion of the Project will be: Base eid A: Clearing- 70 (70) hours from Notice to Proceed (NTP) Base Bid B: Removal- Ninety (90) calendar days from NTP Disposal- Oae Hundred flighty (180) calendar days from NTP Base Hid C• HTRW-Household Hazardous waste and Industrial/Commercial Hazardous waste - Oae Hundred flighty (180) calendar days from NTP The Contractor shall commence Base Bid A - Debris Clearing within 12 hours and Base Bid B - Debris Removal, Debris Disposal, and Base Bid C - HTRW operations within 24 hours after receipt of written Notice to Proceed. The Contractors shall provide all necessary equipment and personnel to accomplish Section A - SP (Revised 12/15/04) Page 3 of 23 the work within the stated working time. The Contractor shall work on Sundays and legal holidays when directed in writing by the City Engineer. The stated working time may be adjusted by addendum or change order to suit the actual magnitude of the hurricane/disaster event. 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, $10,000 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. A-7 Workers Compensation 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. A-8 Faxed Bide Bids faxed directly to the City will be considered non-responsive. Bids 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 bid. Failure to do so will be interpreted as non-receipt. Since addenda can have significant impact on the bid, 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 CONSTRIICTION. ___ ____ ^` ~^~ " '~` Section A - SP (Revieed 12/15/04) Page 4 of 23 Mir3imim Prevailing Wage Scales The Corpus Christi City Council has detexmineci the general prevailing minuman hairly wage rates for Nueces County, Texas as set out in Part C. Zhe Contractor and any subcontractor must rot pay less than the specified wage rates to all laborers, workmen, and mechanics alloyed by than in the execution of the Contract. The C~tractor or subcontractor shall forfeit sixty dollars ($60.00) per calendar day, or portion thereof, for each laborer, workman, or mechanic alloyed, 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 shaving the names and classifications of all laborers, workmen, axrl mechanics alloyed by than in connection with the Project and shaving the actual wages paid to each worker. The Contractor will make bi-weekly certified payroll submittals to the City F~+*~r. Tne Contractor will also obtain copies of such certified payrolls from all subc~tractors and others working on the Project. ZSrese doc~mients will also be sutmitte3 to the City Engin'~r bi-weekly. (See section for Minority/Nimrity Business Enterprise Participation fblicy for additiceial requixanents ca~cerivng the grope-r form ars3 content of the payroll sutxnittals.) One and one-half (1'~) 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, Worki~ Hours.) A-11 oa with Public Agencies (xevise3 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 DIG-TESS @ 1-800-344-8377, the Irene Star Notification Congxny at 1-800-669- 8344, and Verizon Dig Alert at 1-800-483-6279. For the Contractor's convenience, the following telephone numbers are lusted. Contract Managanent Center (CMC) FYnexgeruy Operations Center (EOC) City FYwinFwr Project Engineer t-DR/Shirnr Moseley and Associates Traffic Engineer Police Department Water Department Wastewater Department Gas Department Storm Water Department Parks & Recreation Department Streets & Solid waste Services AEP SBC / A T & T Signal/Fiber Optic Locate Cablevision ACSI (Fiber Optic) CenturyTel ChoiceCOm (Fiber Optic) CAPROCX (Fiber Optic) Brooks Fiber Optic (MAN) TBD at Notice to Proceed TED at Notice to Proceed 826-3500 361-696-3372 826-3540 882-1911 826-1880 (826-3140 after hours) 826-1818 (826-3140 after hours) 885-6900 (885-6900 after hours) 826-1881 (826-3140 after hours) - 826-3461 826-1970 299-4833 (361/693-9444 after hours) 881-2511 (800-824-4424 after hours) 857-1946 857-1960 857-5000 (857-5060 after hours) 887-9200 (Pager 800-724-3624 225/214-1169 (225/229-3202 (M) 881-5767 (Pager 850-2981) 512/935-0958 (Mobile) 972/753-4355 A-12 Maiateaaace of Services The Contractor shall take all precautions in.protecting existing utilities, both above and below ground. The Drawings show as much information as can be S9otloa A - SP (Revised 12/15/04) Page 5 of 23 reasonably obtained from existing as-built drawings, base maps, utility records, etc. and from as much field work as normally deemed necessary for the construction of this type of project with regard to the location and nature of underground utilities, etc. However, the accuracy and completeness of such information is not guaranteed. It is the Contractor's sole and complete responsibility to locate such underground features sufficiently in advance of his operations to preclude damaging the existing facilities. If the Contractor encounters utility services along the line of this work, it is his responsibility to maintain the services in continuous operation at his own expense. In the event of damage to underground 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 Traffic Control Sufficient traffic control measures must be used to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. The Contractor will be required to schedule his operations so as to cause minimum adverse impact on the accessibility of the public. This may include, but is not limited to, working driveways in half widths, construction of temporary ramps, etc. 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. For work within the TxDOT controlled right of way, the Contractor shall comply with the TxDOT's Manual of Uniform Traffic Control Devices. Copies of this document are available through TxDOT. ~, sha~~ ~e€e~ ~e Speeial £3-ev}sieve Par=agragw A 59 F.... ^--aa~ A-14 Coastruction 8quipment Spillage aad 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. Seotioa A - 9P (Revised 12/15/04) Page 6 of 23 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 ~ccavation and Removals (NOT IISSD) t ~:....a _ a: ~di l ~ v,- ~ ean e ea--w~bll ~~ it ~e ~ ~emeva s #nelad#ng-bxt ,:m; a..:. .,,,.... e~dewal#~ et e e--te be eensi '~ : s ,, ~.~ A-16 Disposal/Salvage of Materials (NOT II38D) "" " .~. the s}te bl €he 6ent~a € h -~ ~^ ete~ a ;:: ""'"'" d€~ee~ eenazder-ea-~ub~d3=ate} f e3•e ne eme t p ~ P A-17 Field Office (NOT IISED) A-1B 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 upon completion of Base Bid A (Debris Clearing), and prior to commencing Base Bid B (Debris Removal), Debris Disposal, and HTRW. The plan must indicate the schedule of the following work items: 1. Initial Schedule (Debris Clearing): Submit to the City Engineer two days (2) prior to the completion of Debris Clearing, and initial Debris Removal and Debris Disposal Schedule for review. 2. Initial Schedule (HTRW): two (72) ,.hours, an (HHW)/Industrial/Commercial review. Submit to the City Engineer, within seventy- initial Household Hazardous Waste Hazardous Waste (ICHW) Disposal Schedule for Section A - SP (Revised 12/15/04) Page 7 of 23 Items to Include: Show complete sequence of debris removal and debris disposal activities, identifying work of all types and other logically grouped activities. Periodic Update: Submit Updated Construction Progress Schedule to show actual progress of each type by percentage against initial Schedule. A-19 Construction Protect Lavout and Control (NOT IISBD) z...... ~~.. .._ ..F,.. ~_ - -" ~ h ma~lee, base lines ete ~3~at awe -~ t /n\ L... ...L ...1... ..a F...- r.f i~ e o .~tl • l 1... Y~ ..1 .. ..a ..4 e. e e e~in . F..... ..l ..F ~L.. ...1. ~ TL_ ..L..l l a_ LL.. F..t l .. rh: F: F.... a^^••... t~ e .a ..12 JCJ .. ..1. -.ll L...~ Ja..aM a ..a -_ __ _ __a ..a : a L.. ..L,, n....f»--- mL.. mL:..a a' _L_l l L.. _a^L.. ~-L^ TL.. ...a .'L~ ' C.. v~..ca..~y• •+a : L.. r _.....r ~ _ _j _, -. r Streeta• • 6tt~b and g~Etea^€iewFline nnn/ _, • et~eet e~ew~e en a 29B -' -' -" """ ""^- Wastewater: /G.... ..F .a/Fl .. l: ..\ /TVTnm ...a ..\ ~ r r r ~ nl l ..F .... 1...... L.....- ~ ..l ~ _..^ _..l ~ ~ ^r r r Section A - SP (Revised 12/15/04) Page 8 of 23 ~ l ... N........~ ..1 .. ..h ..h.~..l- -.- ~ Tll l• ..h..l__- A-20 Testing and Certification (NOT USBD) m~xet be dene h.. _ d ~h} it i d "°'' ""'`. em --i~ e3- s e~t .~ th eit E ' t d b ~ e 7 n ee e e~ra~e~y--se } fh.. ~..,.. - -- Eit 3 - - -- - - - y ~e wi~~ He be~ne b} ~ L _....... 1.... 4 h .~. .n 11 ll e ~V"f~3~~O~Ii~laG -e Yf a `~ ~ tee mt~et~3:evide all aggiie~ble ~_,-: c; __. ~,... ~y ~~ A-21 Project 3igas (NOT IISED) ~~ ~ringa fAttaehment le) Tkie .; , , h.. ..a ,-h,.~.... ,.a h. e y~ : l l L... .i cf - a.l..-. G: ..l a h.. t~ ~~ ~ v A-22 Ninority/Ninority 8usiaess Enterprise Participatioa Policy (Revised 10/96) 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 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. 2. 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. c. 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 Indiana, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this section, women are also considered as minorities. Minority person(s) must collectively Section A - SP (Revised 12/15/04) Page 9 of 23 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 51.0 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 51.0 of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments Minority partners, proprietor or stockholders, of the enterprise, as the case may be, must be entitled to receive 51.0& or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. d. 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 51.0 of whose assets or partnership interests are owned by one or more women, or a corporation at least 51.0& of whose assets or interests in the corporate shares are owned by one or more women. f. 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 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. 3. Goals a. 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: Section A - SP (Revised 12/15/04) Page 10 of 23 Minority Participation Minority Suainesa Enterprise (Percent) Participation (Percent) 45 +k 10 ~ 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. 4. Compliance a. Upon completion of the Project, a final breakdown of M7BE 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 Inspection Required (Revised 7/5/00) (NOT IISED) ~'ate '~••"a the a ~e ll € h =^^ °^'-'^^^-~y~° pP g assa~e sae e~ s a - € th "a= l €~ Bi # i _,- ^F ---, ...*+->, _ v en a e ng negee en s €€ F:_.,, ° _r. ~,.,, ~...,.,._~ Perm -- ~ ^F •,,^ t-_ li bl 9 k ___, _ ~..._..w.. ten agg ea e eeuganeg~~v _.._ ~_' ~~4 ~tment t and al4 a€h ~ €€ a e~ E4t €eee~==egad= ng nsFee ert ePa nQ 3 ~ a ~ a y ,. A-24 Surety Sonds 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 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 Section A - 6P (Revised 12/15/04) Page 11 of 23 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 Nueces 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~iJnited 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 Exemption (NOT IISBD) $eZciAii-a~-~~, a..l ., ..a : w.. ° ~ J __a ~L,. _ l v.el L.. ..F 1 --- -- ..a ra...:.. ~ te~ 3 See€ien 3 29} e€ Eha _ ..F m:f,° ..Ll- >?:- _F P -.a..... ..a ..I..._ ..,_ M.. .. L .. t l en € € ' ~ he ''" "'a a e sgaee r~~e--agg3<eg~ y- tkte b'd € th # east _,.. _L....:..-~„~ e~m e h~ 3xa~ges n ,.a LL° n.- L: a .._,.... _c ... _, .. .,a _.. yeast-g~} €e3< all 6a~es, E3•e~se, _a •'~° ""°° rr 6t.~eent~aete~s awe a ig}b}e `-- -~1-- '~^'~ - rasa r ate to the t.~eent~aete~ and the '-eeecraeter in trl~n 3 F: .. L: .. .., A-26 Supplemental Insurance 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 (RevieeA 12/15/04) Page 12 of 23 1. Name: City of Corpus Christi Engineering Services. Department Attn: Contract Administrator 2. Address: P. O. Box 9277 Corpus Christi, Texas 78469-9277 3. 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-6-11 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-li (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 Responsibility for Damage Claims Paragraph (a) General Liability of Section B-6-11 of the General Provisions is amended to include: Contractor must provide Profesaioaal Pollution Liability insurance coverage for the term of the Contract up to and including the date the City finally accepts the Project or work. Profesaioaal Pollution Liability coverage must be an "All Risk" form. Contractor must~pay all costa necessary to procure such Profesaioaal Pollution Liability insurance coverage, including any deductible. The City must be named additional insured on any policies providing such insurance coverage. Section A - SP (Revised 12/15/04) Page 13 of 23 A-28 Considerations for Contract 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, 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 Field Admiaiatration 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 field management and overnight of projects of a similar size and complexity to this Project. This experience must include, but not necessarily limited to, scheduling of manpower and materials, safety, coordination of subcontractors, and familiarity with the submittal process, federal and state wage rate requirements, and City contract close-out procedures. The superintendent shall be present, on the job site, at all times that work is being performed. 2. Foremen, if utilized, shall have at least five (5) years recent experience in similar work and be subordinate to the superintendent. Foremen cannot act as superintendent without prior written approval from the City. Documentation concerning these requirements 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 assuming responsibilities on the Project. Such written approval of field administration staff is a prerequisite to the City Engineer's obligation to execute a contract for this Project. If such approval is not obtained, the award may be rescinded. Further, such written approval is also necessary prior to a change in field administration staff during the term of this Contract. If the Contractor fails to obtain prior written approval of the City Engineer concerning any substitutions or replacements in its field administration staff for this Project during the texm of the Contract, such a failure constitutes a basis to annul the Contract pursuant to section B-7-13. Section A - SP (Revised 12/15/04) Page 14 0£ 23 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 bids, the three (3) apparent lowest bidders (based on the Base Bid only) must submit to the City Engineer the following information: - 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; e. Documentation required pursuant to the Special Provisions A-2S 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. Section A - SP (Revised 12/15/04) Page 15 of 23 10. Within five (5) days followiag bid opening, submit is letter form, iaformation ideatifying type of entity aad state, i.e., Texas (or other state) Corporation or Partaerahip, and name(s) aad Title(s) of individual (e) authorized to execute coatracts oa behalf of said eatity. A-31 Amended Policy as Sxtra Work sad 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 aclalowledgea that the City has no obligation to pay for am extra work for which a change order has not been signed by the Director of FS~gineering Services or his designee. The Contractor also acknowledges that the City Engineer may authorize change orders which do not exceed $25,000.00. The Contractor acknowledges that any change orders in an amount in excess of $25,000.00 must also be approved by the City Council. A-32 Amended "Sxecutioa of Contract" 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 Coaditiana of 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 that there is MAI•IDATORY Pre-Sid Meeting referred to is Special PsOVisiaa A-1. A-34 Precedence of Contract Documeata 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) ~' ~ €e-Pew€e~m}nQ we3<]e aE an3 Ei€} wat-` €aeil}€y "'° Eea lsaetar, ~ri~ sabeer3taaete~e -'- .,F ~w-: -- ° ..,,.,•°°_ -..l :.i ...,i ..f: F..i n t Section A - 9P (Revieefl 12/15/04) Page 16 of 23 ~ ..a....«°a ~.. «L.. }~~ S4a1=ea Bega3-l=mend Pease~me} .__-:« ..yn,.-«.._ ~_F r~ e~e~rti;ati;~en F~egtallt vv}, } Be ..ro....,.a x... «,.,..-: _,.a ..,_« r ..C..... ..l..n--,. '1 H ..C a..: ..1.: ~..~ -.l: } e~ia3s and ea rl}Prc~en~ axed }n tithe ~ePa}~ 'm'' '-;-- e - } 6Eand na} BT ~# a~ds -«: «„ «_ ~„ -, ean ea~alan Ames a e _a 1... «L.. „ « _ «L s~een~rae~e3:s, mris~ he een~aine ,. d a~ a}} ° c ~, .., .. ,.a - ange, S3}ue, e3• rah}fie - -- _,~_.` .°« -- - Section A - SP (Revised 12/15/04) Page 17 of 23 € L„ _..L,.a a^°: ^.,°}^a.,~~- d R~€ E f l h' ' =e~ ve es mxe en ~ae e ~ ~ .: ~~ n--8a €= ~ t a~t:men8-at~f-€ ~' ~e ~t- d i~t> : ~ . u ., . ~ p e es :i m ' Uh - n --', ". ~-H ~ d t ~ € .°" w eemg n} a e e e HRi&$ ae e eaa } evens t~ia€e~ 't'~eat:men€ t?~ant= " ` ' " x ~ w __s 2e- ^"L'^^ -L-••- h~ € h € ~ " P n eemgan~ ve e enne mae e ve 4L.. a__:^__},.,a ....Y_,...4; t € h a^-4v € € ^° eyees mae ne : ea ae e~ emg _a.... YL..........L L..J , a:...... 4L.... YM-..n F-_ ..a ..1. .... ... ' F_.. .a ]~ ..1.. - .r .... ..l G: ..a L. .... L..:.._l y..a ^l L f f 4L.. _l : F: , 4hr L..l .. TL: .. # j € J t } rt~sd€ m€€ed Ee €3ea15}en s _aa: } ,..,r h a ~ s e : n € ~ , ' h€n ~^Y '"'^" "7 P anQes e € - e ee : € ene a~ de)3a € } e d ea~4t33•a €n €~n ..,'^ :..° g~amm nQ, ~ -° Y' ~ sae ~ h em $ ng, d¢ d gg g €> ~v ;re ^ g '"_a `°'' `"` en a P }L....... : FJ a~ .._4 va~e an e3< r ee a ~ Z Z l ..a .. Y Y....._YCY _uu.,.~ _ ___ Y _ _ . Y j 4L....... ~ ..4 e. 1........:.. L..... .. 1. _ .....Y C - ilG Y I ~... J_____ J _ __ __ _ ___________ _ _ __ _ _ _ Y _a nd €mg€ement=' i € t } ..F_..Y nd t=he ^MePee€€€e „JO~..PQ °~e " L..,,.. °Y..FF_a _a nl _c: .,. ° ~ -'a _ ..a ^ i .: i e ma n :a ns 6 t a-Pe~m =, ane ~ r g ' # > } # ~i} > n, a ePa ma n ;a - a~3f ~_~~~~ ~~_~_ } h €~ € 3• ea ~. h 3~a ;e ...,.a.... € .•L: ..L _ YL.. Y ..F a~n 7 tie e a € € s ega -„ Y ~men Y ,. ..~ ..F _ .~ :, , L.. YL.. net:~~aetr ea } '€ ' ' ' $ iY 6 P7 &6C..,•..... •n_~e" $h _ ma 8 ~ 9~-y ~c ~ B~ #€~ h € nee a d e -_,.._Y ..h;^L - an€ w e P t t e 'fh E nee h ~~ ;<edaee a~~ €4€~ed eat;-g~ eg~amm~tg en s;rae ;e~ e h~eeies ~eqa#~e ~e~a€~ed, t;e a S ~ 1:em Ll _ YL e a d €e e dd 1=hes ~tt:t:aehe ..L.. ..h: .. ~ hew €he~=ag=am-~-7 - -- e~::~ ops€em~ "'.. d #e an eeeamg~e -` € _L 4L.. L_ :Yl. l ..L _..~.... ~. -a..a __a ^'Y" ~a€==a L: l l ..a a.. a...•:.... Section A - SP (Revised 12/15/04) Page 18 of 23 ,b ..,..:.., n.,... a en «$ v,. i_ ..,,....._a «s... ,. A-36 Other Submittals (NOT IISBD) ~. 8i~m#tta~- 'Fhe ent~aetes eha~~ f_,,,... «,.,. ,.sa.,>~ h_, , ..~._: « a ,... «,.. , ^: « t a Qaart€}t} Eent~aete~ e ' ~ ~ ' : •., ., e..:.r f,._ _, , ,. ,.,.~, Ffl ens kz=~-a~ee 8k3 s~ ~~ Eenfi aete ~ ehZ ~~ t`- 5;;,._: « «_, e 6i>m..rte ~~--< ---F xm a€tae raaamztt:a3 s hed at the a .. f «, .:.. tee„« ;~. _..,, . , . .. , F... Y - .. , .. 1. ~~-.. i€t h ' ••mhe~ with -n a ~habet}e ••ff :.. m a g#na~ sa he ~ ' # n nt~ae th 6 € e~ the ^••'----«~ -«-v im" ~ent an xaete~ must est€nent F ~te~ - ~ e e ~ ~awin~eheet ~ d etai l nR~e~ Ee) --~ ~ P ar gg i ~e as a b ~' at e ~, _>, _..+--~ « «_, en n sgee~ea~e 8eet €e3: nnt- Ee e~s~'- s -- gg es am nt~aete3^ mrle~- ~ aPE,'r ..«' "'.'_ =tia...P -~~ ~ ...i f .. ..l .i ii i.n ..,..... ....« >•~etzea we~)e esne ese~d}nat#en e € - f~v- ~« _„ :e ,= e€ t i the -- -^'' aeeer-~ar~ee w€th the-~ ~~ ~emen e ega e d-de~~ve~ ~et F~ • to the ^~t~ 0 ^7:.._, .._ f ,.v _ ~ __~ , > e9 l_ ..F .^..l ~. «c.i _ L. : i, e.n« ~ C.. ._._l :.... Ml n 2 Mar-leln~ .:.].. ..F.. .-n.~R- t.... « 1.:.. manFr€aettrz:e~a ...i....« e.«e l: _ ..L .: ..4 • n«nmra t t ' ""' "'..'"" : ` _, "' e ~ -Re xttale a t~ae mas ~ sc~mttta3.s--te ahee nt~aete~s and s~ ~~ - '-'' "'* Section A - SP (Revised 12/15/04) Fags 19 of 23 2 - -fee- mL.. ..Lm:.-_ .G-.. ~............ -..]......] ..1 .. 4e..f~ F.. I~:r .. l .. -y-,.- • - ^ eep~es e€ all s~kceg test data~ 3=ee-(-~~ ab a-=~P~=i °"p"" -"' .f L FL .. ., l .. ...1 .n4 _ .. r ^lC L'V ~. A-37 Amended "Arrangement and Charge for Water Furnished by the City" (NOT IISSD) A-38 for The requirements of "Notice to Contractors 'B "' are incorporated by reference in this Special Provision. A-39 Certificate of Occupancy and Final Acceptance (NOT IISSD) A-40 Amendment to Section 8-8-6: Partial 8stimates 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 Ozone Advisory (NOT II38D) L.- .,a a F.... ~ l . a _,^c~-., T` = a-,- trae~te~ abea~t-ese~e-ale~t rxe~i€ ~-Een ^ ., t::ic _.. :_r c__=-cc , ~ : ^a _«L '-- ,.a __,- a .. „ L.. :' c Ccntrwctc • •- the-day^w#~l-set ...i ~L.. ...i1 ...i ~L.. h: J _ _ . -- - 9ectioa A - SP (Revised 12/15/04) Page 20 of 23 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 Iademaificatioa & Hold Harmless 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. 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 Dimensions aad Drawings (7/5/00) NOT IISSD a, : ,.. ..a c-..:,: E'}33 t -- ~ ~~ ~ 6 ••L°.i ..:tL .....a Y.... : l re fee : p~ B BVHke>-fl e'F3e ae Tl~ Fie~'isenEal / G -nd vest}eat dimenoiens date to : ..l .i ..L ...n .~ te - ~ E 3 ) "Bi - -" '' l °'' ° ameg a {6~ ....._ ..L....,. ,.° ..,a ... Section A - 9P (Revised 12/15/04) Page 21 oP 23 A-46 Disposal of Eighly Chlorinated water (7/5/00) NOT IISED ~ r ~ } be ~eePerteib}e e~ the diePeea} e€ - ^^a `"- m ^ ' } ~r ve}e h ' } h# w4}} be --a~€or e€ elx}ems}ne n w e ~--ga d e~r a e ~ ~ g d €he- etm} se€b}e }imi€e €e~ d}seha~ge di,~a n ~ mad e t } P 3eeee €€ive area } xx s - '-•-'-'^'' '"' ^ ..~,~a e~e h rrs e '£ itmen a PTFfEE S } ee e € T' ^" PA -'' - -+,-=,.~., - ageneies erle ae , , a e ..F .., l ..1 .. ~.. - -l_..F - ' r r ~ VL...., .. ..l ..hall i... ..ln...:~ ...1 .. ..F .i J ^ ^ ' h } ~' _.. ,.,._„ L... -, ..F L.: .-1.,.. -. n!.^ .. ~~ €e~ €he E aggs:e va P e F r Y A-47 Pre-Construction Exploratory Excavations (7/5/00) NOT IISBD ~-ze p--es et~ss ~v~la€eve~ en €he--g~e~ee€ -" - ..F ,-1... 41. n !~ g3:epesed~=pe}inee e€ the - -^a ^^^ _.,, : _,. g~egesed--g3g }fines e€ €~xe-g;•e7ee€ ••^-`..-^•^-' ' }-p.~ge~}~~~s~t-a-ma3f¢m••m e€ 360 €eeE 9 E -'"" " F....~ .. .nil . .1....:4 :M f^_ l l - ~ ... - i ...i .. l l - - 41... ~ 4e €atien tlxe~ee€ die€^nee gg~ '-~ E31e~avemen€ eenter}ins-and A-48 Overhead Electrical YPires (7/5/00) Contractor shall comply with all OSHA safety requirements with regard to proximity of construction equipment beneath overhead electrical wires. ~he~e ee~r~xetie~r rea€e. 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/CP&L and inform AEP/CP&L/NEC of his construction schedule with regard to said overhead lines. ^, ., - - - ..,.,..n- ne~ It shall be the Contractor's sole responsibility to provide for adequate safety with regard to overhead lines whether shown in the plans or not. Section A - SP (Revised 12/15/04) Page 22 of 23 A-49 Amended "N.ainteaance Guaranty" (8/24/00) NOT IISSD -' -d Regx#~emen€e €e~ P4t3n}e#gai ...].] rL.. F.., , .. a3:a€e _aa"'---' ^°''~• - e t € € ~ "-'''" g en ~ae e~ a g~ta~an ee e a e - bens€}€ €he E#€~ e€ Ee3=Pt3s Eh~#s€# Ne4€he- tL_ g~az-a ntee-new ._ _L -. - - }i b~ # h€ d} ` ^°-'^"° ~j ~ e C11, e e3< 3•eme ee ava a g 3 L.-J _ F..... ..l .. ..F LL.. - _ j J 4L..... ...i:..:.i....l ..L: h.. A-50 Re-routiag of Traffie Duriag Construction NOT QSBD 4 €he een€~aete~ des€~e €e dev}ate a ~ h th ~ t ' •: .]...] .....GCi •. °.n4 rat ----ids -°•' €e 3:e e3te€~` ~€€ e ee ae e~ e .., ~. g ~ sg ...., nnm F..r~_._.........., -l _ ._L....l .i L... ..L-J r _a c..... .. l - °L- _- ° r t €# 4 - -L_..,r L_ 4L° ....°e.,_-, a en mg emepn/ , L L d _L_..,A L i ..L,_ ,°s: , l 9 3E OS asd e`a#~ 3 eale i #€ #b# t eee~ s~ -C=~T - i aaE ~eee e o a aaEl ~'x'ae€ B # d# 8€ d~3r ~ ~ r €Ao -C==~ ---~- --° LL_ #aee" r- a c ea ng as F e +~3<Eme-t a € t$ T B # ' € ~ aat°" €~=-~ eme33 e e3Eae ep g i 3: e e ~, ^^-'° d 'f €€# J € # # ~, ,,,°^ ..L..„ '-.. LL_ _ a rev 3:a e e31 s se €~ega3:a€ ~nen€ rv a ' ~~~ Bi dd#€€ ~ ...L_„ ~~ he -~_ Thy p 7 e a ena P P #€ F......n LL.. th . rnFF:..~,°-....F.n e neeeseai~~eem see~3-e € € €# ' ' She €~a€€€e --_, _, _.. ..L..,, L° emeEt a en e mg Section A - SP (Revised 12/15/04) Page 23 of 23 PART C-FEDERAL WAGE RATES AND REC~UIREMENTS Page 1 of 2 General Decision Number: TX080037 02/08/2008 TX37 Superseded General Decision Number: TX20070039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/08/2008 * SUTX1987-001 12/01/1967 Rates Fringes Carpenter (Excluding Form Setting) .........................$ 9.05 Concrete Finisher ................$ 7.56 Electrician ......................$ 13.37 2.58 Laborers: Common ......................$ 5.85 Utility .....................$ 7.68 Power equipment operators: Backhoe .....................$ 9.21 Motor Grader ................$ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: http://www.wdol.gov/wdoUscafiles/davisbacon/TX37.dvb 6/2/2008 Page 2 of 2 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdoUscafiles/davisbacon/TX37.dvb 6/2/2008 A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 22ND day of JULY, 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and DRC Emergency Services, LLC termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $65,580,930.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: POST HURRICANE/ DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, 1CRAGING, TRANSPORTATION AND DISPOSAL OF wa~aunOUS WASTE MATERIALS PROJECT NO. 90042 (TOTAL BASE BID: $65,580,930.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 PoBT-80RAIOI:NE/DI8A8T1:O1 AECOVaBY OP$RI:ffION9: Drmn19 CLP.AAING, A$IrOVAL, APD D29POSAI. 9ERVICS9 AIID COLLECPION, CBAAACI'ERI eATIOp, PACUAOINO, TBANSPORTASIOY :1HD DI8P09AL OP BLLARDOQ9 11A6'TB W,TERIALB PROJER Y0. 9001 BASS BID A - DSBttI9 CL=AR21r3 98RVICS3 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN (QTY X UNIT PRICE) Al 70 Air Cu•tein Pit Bumer, including equipment and 5 $1 0 500.00 ' Hrs labor, its per specficatons, per ~IOUr. 70 Air Cu rain Refractory Incinerator, incuding ifi ti $ 1 70 00 $ 1 1 900 00 ~ Hrs ca ons, per equipment and labor, as per spec . , . our. ~ 70 Bobca: Loader, including equipment and labor, S $ Hrs e~cations as ers erl~ur 75.00 525Q,,,Q,~_ p p ,p . ~ 70 Bucke, Truck wlOperator, including equipment $ S Hrs and la nor per Hog( as per apecfications ~~ 9 4 5 Q~QQ^ , , . 70 Chipp~9rlMulcher (B" throat) ,including $ 1 50 00 $ A5 Hrs equipr,entand labor, as per specifications, per . 1 0, 500.00 Hour. AB 70 Chipp~:dMulcher (12" throat) ,Including $ 1 $ Hrs equiprnent and labor, as per specifications, per 80.00 1 2, 600.00 I~our• 70 Crash Truck w/Impact Attenuator, including i $ 40 00 $2 A7 Hrs ons, per equiprnent and labor, as per specificat . , 800.00 Hour. 70 Crew =oreman wlCell Phone and Pickup, $ $ AB Hrs includ ng equipment and labor, as per 50.00 3500.00 specs( cations, per I~ur. 70 Dozer, Tracked, D5 or similar, including i $ 1 50 $ A9 Hm equipment and labor, as per spec fications, per .00 1 0, 500.00 Hour ' 70 Dozes, Tracked, D6 or similar, including $ 1 60 00 $I 1 2 A10 Hrs equip Went and labor, as per specifications, per . , 00.00 ~~• A11 H O Dozes, Tracked, D7 or similar, including equipment and labor as per specifications per $1 70.00 $I 1 900 00 r s , , , . our. 70 Dozer, Tracked, D8 or similar, including $ $ A12 Hrs equipnentand labor, as per specifications, per 1 80.00 1 2, 600.00 ou . 70 Dumf'~ Truck, 16 CY-20 CY, including $ $ ` A13 Hre equip rent and labor, as per specifications, per 85.00 5950.00 H ADD@NDUM N0.2 ATTACHMENT NO. 1 8eoleea Proposal corm Pege ~ e}15 Page 3 of 15 P08T-RQRRICIWE/Di0A8T1';R RECOYRRY OPSRATLORB= D8RRI9 CLBA1tSN0, ANGINAL, AND Di9P09AL 9BRVSCYB A1r0 COLLGCTIOR, C9AAACTGRI LATIOR, RAC9AGIlrG, TRARPPORTATIOR ARD DISPOSAL O! R7IZARDDIIS KA9TR NATCRZALS PROOGCT RO. 90041 I II Ili IV V glp OTY g UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGURES (QTYX UNIT PRICE) Dump Truck, 21 CY-30 CY, incuding 00 95 $ 6650 00 A14 irs per as per specifications equipment and labor . . F , , Hour. 70 Generator and Lighting, including equipment $ $ A75 Hrs ecifications er Hour and la ror as er s 3 0~ 0 ~ 21 0 0.0 Q,__ . , p , p p A16 70 Grade~w/12' Blade, including equipment and ~ 40.00 $ 9800.00 Hrs per Hour labor as er s ecifications , , p p . 70 HydradicExcavator, 1.5 CY, including $I 40 00 $ 9800 00 A17 Hrs equipr^ent and labor, as per specifications, per . . Hour. Hydra alic Excavator, 2.5 CY, including ~ 50 00 $1 0 500 00 A18 Hrs equipment and labor, as perspecificadons, per . , . Hour. 70 KnucMleboom Loader, including equipment and S $ A19 Hrs labor, as perspecifieations, per Hour. 1 50:00 1 0,500.S1n A20 H5 Labor3rwlChainsaw,perHour. $40.00 $2800 0~ 0 A21 70 Labor:r wl small tools, Traffic Control, Flag S S a Hrs i Person er iL 34.00 2380 _ nn , p ~ A21b 70 Lowtu>y Treiler w/Tractor, including equipment $ $ Hrs per Hour as ec cations and Ir bor er s 5 s n n n p,,, 3 g 5~ p , . , p , A22 70 Log : kidder, including equipment and labor, as $ $ Hrs er Hour er s ecifications faA ^ -~---- 42 0 n n ^ . p p , p , 70 Mobilz Crane (Adequate for hanging $ $ A23 Hrs limbs leaning trees), including equipment and i ~ s n n 87 5 Q -0II labor, as per specifications, per Hour. , A24 70 Oper:ttiona Manager w/Cell Phone antl Pickup, $ $ ~- Hrs er ~ 5 p nn 350tL^^ - p . g~. , , ~ ADDENDUM N0.1 ATTACHMENT NO, 1 Revised PiOposel Fstm Pegs 4Of 76 Rage 4 of 15 P09T-BORRSOAME/D29A9T1~81 RBOOVBRX 0P8IUTSOR9: DQ86IB GLGRIIIO, ROrOVAL, AYD DISP08AL 98RVIC68 AND COLL6CTIOM, CRApACTSAI EATf01T, PACRROiNO, TRAHBPORTATZ08 AID) DSSPOSAi. OF SALAAD048 mAAT6 N11T6RZ7W6 PPOJSCf NO. 9004] I II I11 IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN R (QTY X UNIT PRICE) A25 70 P(ckup Truck, 1/2 Ton, including equipment and $ $ Hrs Tabor ,as per specifications per Hour nn O.0 280~0 0~- , , . r A28 70 Soil G~mpactor BO HP, including equipment $70 00 $ 4900 00 Hrs and lalaor as per specifications per Hour . . . , , A27 70 SoiIG(mpactor8l HP+, including equipment $75:00 $ 5250.00 Hrs as per specifications per Hour and la nor . , , 70 Soil C~.~mpactor, Towetl Unit, including $ 85 00 ~ A28 Hrs equiprtentand labor, as perspecfications, per . 5950.00 Haur. 70 StumF Grinder 30" diameter or less, including $ $ A29 Hrs equipment and labor, as per specfications, per 90.00 6300.00 trr• 70 Traffic Control, Temporary Single Lane Closure, $ 40 $ A30 Hrs includ ng equipment and labor, as per .00 2800, 00 specifcaUons, per}~ur. 70 Traffic Control, Temporary Road Closure, $ $ A31 HrS inclutl ng equipment and labor, as per 40.00 2800.00 specif cations, per Hour. A32 70 Hrs TrneGBmberwJChainsaw, including equipment and 12bor as per specifications per Hour $125, 00 ~D.O , , . A33 70 Truck Flatbed, including equipment and labor, $ $ Hrs as pe specifications per Hour a n n n gp 2 g nom . , , 70 Tub Grinder, 800 to 1,000 HP, including $ $ A34 Hrs equip vent and labor, as per specifications, per ~ S n _ n n 2 4 ; r~ TO ~~• , , 70 Wash: Collection Rear Loader Truck, including $ $ A35 Hrs equipment and labor, as per specifications, per 180.00 1 2, 600.00 Hour. A36 70 Wate~Truck, including equipment and labor, as $ $ Hrs per sg>eclfieations per Hour 90.00 6300.0 Q , . ADDENDUM N0.2 ATTACHMENT NO.1 Aevieed PSOPOaP1 Foam F'eg0 S of 1S Pege 5 of SS POST•aDRRICANR/DISA9T17! RECOVERY OPSRATIOY6, DSBRIB CLPARYNG, R61(OVAL, ARD DYSPOSAL 88AVIC1S6 A11D COLLECTIOlr, CMRACTEASEATSOtl, PACRAGarB, TRAl1iPORTATIOIT A7fD DSSP06AG OF RAZMDODB WA91'a NRTERI7S3 PROJECT NO. 9002 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIG ES (QTY X UNIT PRICE) 70 Wheel Loader, 2.5 CY, 950 or similar, including $ 120 $ A37 H equipment and labor, as perspeafications,per .00 8400.00 ts Hour. 70 Wheel Loader, 3.5 -4.0 CY, 965 or similar, 3 1 40 $ A3g H including equipment and labor, as per .00 9800.00 rs specifi:.efions, per Hgyi. Wheel Loader, 4.5 CY, 960 or similar, including $ 1 50 $ A39 H~ per as perspeC~eations equiprientand labor .00 1 0, 500.00 . , Hour. 70 Whse Loader-Backhoe, 1.0 -1.5 CY, including ' ' $ ~ A40 H ications, per equiprent and labor, as per spec d 90.00 6300.00 rs Hour• zorAr. sAas sxa ]+ (xteDU a]. tbrovgh Ago) : S 31 4, 230.00 ADDENDUM N0.2 ATTACHMENT NO.1 Revlo~l Proposal Fex+n page 6 Or 16 Page 6 of 15 POST-HDRAICA66/DSBA$T30. RECOVERY OPBRATSOBe: DBBRI6 CLBAaiBO, ROrOVAL, ABA DIBP09AL BSRV; CS6 AND COLLSCTIOaT, CBARACTRR:~EATIOB, PACRa0x60, TRAXBPORTATIOB ABD DI$P08AL OF EAaARDOIIB MABTE 1D~TBRIAT.6 PROJECT BO. 90042 E.LeB HID 8 - DHHRIS R,E1rOVA.L ADID D19POBAL SHRVICSa it III I V BID QTY & UNIT PRICE BID ITEM EXTENSION (OTY X UNIT PRICE IN ITEM UNIT DESCRIPTION IN FIGURES FIGURES) Phase: 2-Pickup debris from Public Property or B1 maint:ainetl Public Rights of Way and haul to a designated TDSR site or Disposal Facility Pickup from Public Property or maintained B1 a 5,000,000 CY Righk ~ of Way and haul to a designated TDSR site of Disposal Facility 10.9 or less miles away $ a (y ~O. a $ ~ 3b0 Utp. (one-~vay mik:s). Piclcu ~ from Public Property or maintained 1,000,000 Righk: of Way and haul to a designated g 0' g a( $ g po B1b CY Disposal Facility 11 to 20.9 miles away (one- __ . ' j~. - way miles). Pickup from Public Property or maintainetl 81c 1,000.000 Righb. of Way and haul to a designated Diapcsai Facility 21 to 30 miles away (one=way $ q ~y s ° $ q X40 ©Qp -- CY , r miles ,per Cubic Yard as per spec cations. (See VOTE 1 below) Extra+:t, remove and dispose of the eligible stump and root ball and book filling of the root cavity with compacted soil of trees that are not uprooted and larger than 24 inches in diameter 82 (mea,ured two feet from the ground). Stumps must have more than 50% of their root ball expa;exJ. Stumps placed along maintained Public Rights of Wray by others will be paid under Items B1 abow~. See NOTE 2 below . B2a 500 24 in ,h to 35.99 inch in diameter $ g7 5 ©~ . ~ ~ 82b 250 36 in ;h to 47.99 inch in diameter a 350 on $ S'7 ~ o ° ° EA . B2c 100 48 in :h and larger in diameter $L'_1 ~ ~v~. S d ~ 1 ~ 5 ~ ~ ° o $ C~ EA ie . . .+.. ~ + Rem oval and disposal of hazardous hanging B3 1~ limbs greater than 2 inches in diameter, per $ 7~ . ~~ S T-I$ bpd o0 spec fications, per EACH TREE. Tem ~orary Debris Staging and ReduoHon Sito °O B4 5,000,000 CY operation, debris acceptance, and pile per Cubic ecifications ement er s mana $ ~ S~ 3 ~ ~~~ `'r-~ , g p , p Yard. ADDENDUM N0.2 ATTACMME~NT NO. t A.V1seA Propoosl Pow ?erJQ~Of 1S Page 7 0£ 15 POST-80RR2 CiWS/D18A8T'¢R 78COV8eY OPBN7~TZON9= DRBAIB CLCA42NG, 1t8MOVA.L, AMD DISF0711L 98AVICCB AND COi.LECTION, CXARACT8R:~7ATION, P1~CRAGING, TAANBPORTIITION 1:ND DI9P09AL OF H7~LARDODS NAgTE IWT6RIAL6 PROJECT No. 90047 11 III I V BID QTY 8 UNIT PRICE BID ITEM EXTENSION (QTY X UNIT PRICE IN ITEM UNIT DESCRIPTION IN FIGURES FIGURES) Volurre reduction of debris through grinding B5 2,500,000 CY andloi chipping (REF NOTE 3 below), as per per Cubic rd specifcations $~ a 4 $ r- , e ~ 00 O, , . _ 86 2.500,000 CY Volurre reduction of debris through air curtain incine •at10r1 (REF NOTE 3 below), as per C bi f ^ $ I .~ Of $ a 8~ OT O QO u a speci ications, per B7 40 Resell ne soil sampling (Pre & post- use), as per er Eacfi s acff'Cations $ oo ~ $ 00 ~ ~ o OOs - EA p , p . B8 zp EA Grour dwater sampling (Pre & post use), as per specff'cations per Each. $ e o i •.50~• ~ $ oc ~ ~~ -' , TOTAL SASE HID a (items s1 throug8 Ha): $8~1'S,~.50~.'_ ADDENDUM NO.2 ATTACHMENT N0.1 Revised Fropoe~l Posm Pet10 8 Of 15 Page B of 15 POET-eORRICAFE/DIBAeT'tA RECOVERY OPEPATIONB, DeeRIS CLEARING. AEIfOVAL, AND DIBP08AL 88AVICEB AND COLLSCIIOR, CBAl1ACTAA]:EATION, PACEAGIIOG, TiW18POATATION AYD DI8P06AL Of EAZAAD0E8 NABTE Y648RIAL9 PROJECT RO. 90043 PROPOSAL 8A88: 8ID C - COLLECTION, C8A8ACTHRI ZATION, PACB:A.CSN4, TaANBPOAtASION AND DISPOSAL O? HT89r I II III IV V CID QTY 8 UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION QTY X UNIT PRICE Pick-u~ of Hazardous Waste and C1 Transpwrtation to Processing Site, per specifl:ations, per mile. C1a 10 MILES Pick-uo of Hazardous Waste end Trensllortation to Processing Site, par $ eo ~ $ 0 0 ~~! s ecifications, t-10.9 miles Pick-up of Hazardous Waste and $ pO $ ~O La C1b 20 MILES 7ranallortatbn to Processing Site, per ~- specif cations, 11 to 20.9 miles Pick-up of Hazardous Waste and $ °O a o $ ~~© -- C1c MILES Transportation to Processing Site, per - specif cations, 21 to 30 miles C2 H Chem st °O $~S e o $ ~ 0pO R a - C3 0 Field "echnician $ D e' ~; $ b ~ OO HR C4 1 Wastr: Categorization, Sampling, and Analysis, $ ~ °^ $ a 5 LS er Lump Sum ecifcations as ei s ° ~ , p . p p C5 H Administrative Assistant $ ° o $ 3 ~~ . 00 R CB H Field Project Supervisor $ ~-° oa $ ~©- o_ R C7 300 ~ Liquid Waste Disposal, 55 gallon drum dispaied using incineration method, as per $ (',l7° °- $ /$C~~00, e- specifications, r C8 40 ~ Liquid Waste Disposal, 55 gallon drum dispa:;ed using injection method, as per S eo ~{t7Q ~ $ eo ~(v ~ 00('x. spectl~ieations, per . C9 80 Liquic' Waste Disposal, 85 galon drum dispor.;ed using incineration method, as per $ r . °~ $ ~~ loOO , =° ~ specifications, per Each. C10 8 EA Liquic: Waste Disposal, 85 gallon drum dispoled using injection method, as per $ oo SQQ•i $ `y; O Dn • •}°- speci• ieations, Per ~. 4 Liquic Waste Disposal, 2,800-Gallon Vacuum $ °o $ . o C11 ~ Truck operations using injection method ' ~QpQ ~ - ~a~ 0 p. -- osal, er Each. d C12 ~ Liquic Waste Disposal, 2,800-Gallon Vacuum Tnuk operations using recycle oil method ~~ $aQ Q~ $ • o ~ p~~ disposal, per ach. ^ C13 4 ~ Liquid Wastes Dlsposai, 2,800-Gallon Vacuum TrucM operations using incineration method $ e4 ~ 6pp. - g `0 0 3$ ~f .,QQ , dispasat, per ach. ~ ADDENDUM N0.2 ATTAONMENT N0.1 Aev1°eQ Pzoyo0~1 Fore Pap810Dt15 PAg6 10 of 15 P08T-BDRaICAaB/DIeABT'Dt aa00vaRX OPDaATI0A9s D88R18 CL 'L(1RIF8. II81(OVAL, AIPD DI9POBAL SRRVICaB Atfi COLLECTIOa, C$APACTaA1:ZATIOa, PAC6AOIa0, TRA118POaTATIOIe AaD DISP08AL OF e~seen008 1meTt ImTBaIAL3 PAOJaCT 110. 90043 I II III IV ~/ CID QTY ~ UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION (QTY X UNIT PRICE) Dry H:uardous Waste Disposal- Roll-off Box for C14 20 EA disposal at Landfill (TOTAL CAPACITY- 200,0(0 pounds), as per specifications, per DOD... $ / Q~~ •~„p D ~• C15 EA AccidE nt Spill Kits $ 5~. o` C18 ~ Manifest preparation 8o~p. °-° $ a OOO , a"~' •--~---- p. a. o TOTAL NABS BID C (Items C1 through C76): S ~ 7 ~•~~~ ~ ~ NOTS3: 1. 17ait Prices Pax Hid ease A, 8, and C, unless otherwise iadicated, shall include ail :,aboz (operators, laborers, and supervisors), equipment and materials iaa:..udiag but not limited to: supplies, equipment mainteaaace, repairs, rapai.r parts, fuels, lvbriaants, cellular phones, transportation, traffic eontro.L sad housing, if required, aeaessary to accomplish the project. The Quantities sad distributions are estimated for the purpose of easuxiag coaeisteacy i:a evaluations oP proposals. Locatioae of sites, debris quantities, de3tiaatioae, material densities, ate. may differ substantially in as actual disaster. Contrsetor will be paid on actual quantities. 2. Stu11~s lees t:.Wa Z4 lashes is diameter, with attached root ba119, will be considered to be normal debris sad payment [or ioadiag, hauling, sad dumping shall be proviled under Item Bla - a1c. 3. Removal sad disposal of all stumps, ragardieee of shape, size or weigh[, that are placed on the rights-of-way by others (i.e. coatractora did sot extract them from public property or property oP eligible private Non Profit orgaaizationa) will be at the wait cost rata (Stem Bla - Bic) for regular debris usiaq the Stump Coaveraioa Table shown above that was flevalop by PIDrA. 4. To determine I::he cubic y;arde for grinding or buraiag stumps with root balls greater than ::4 inches is diameter, the CONTRACTOR shall count the number of etueops sad based on theix diameter, use the Stump conversion Table above to coavart to cubic yards. This calculated volume related to stumps greater than 14 lathes is l~ianeter can be added io the volume of other debris for purposes of reduction sad payment under items HS (Griadiag) sad 86 (inciaeratioa). 5. unit Prices, v.nlesa otherwise iadicated, for equipment such ae: air curtain burners/incinerators, chipper/mulchasa and tub gziaders do set partaia to debris maaageaeat site operatioaa that are included vafler ease Bid e. 6. trait prices fcr Traffic Control only pertains to debris oleariag operations from public property sad public maiataiaeQ Aighta-ef-Nay, which are included under Haas Hid A. - ADDENDUM N0.3 ATTACNNEWT NO. 1 pe~,laea Pzopeael Foza Pape 11 of 16 Page 11 of 15 POST-SORRICANS/DI8118T~SR RSC'OVSRY OPSRATIOSS= DSRAIS CLEAAINO, AID(OVAS, ARID DISPOSAL SSRVICSS AND COLLECTION, CIWIACTSR]'RATION. PACICAGINO, TRANSPORTATION AND DISEOSAI. OP 8A2AADOIIS MASTS NATHtIAIS pROJSCT NO. 9002 SUMMARY OF BID ITEMS 00 RASE BID A: S 3 ~ ~~[a, ~y/ =:/~~//~~ U / flVs B~ BA98 BID B: $ 0 ~ BASE BID ~: $ a©© . BASS HID A • HA38 SID 8 ~ HASE BID C o $ (~~~~Q~ / 3D o o'er ADDENDUM N0.2 ATTACNMBNT N0.1 Revised Proposal FosP, Papa 12 Of 16 Page 12 oP 15 The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within: SEVENTY HOURS(70) FOR BASE BID A(DESRIS CLEARING); NINETY (90) CALENDAR DAYS FOR BASE BID 8(DEBRIS REMOVAL); ONE HUNDRED EIGHTY (180) CALENDAR DAYS FOR BASE BID 8(DEBRIS DISPOSAL); AND ONE HUNDRED EIGHTY (180) CALENDAR DAYS FOR BASE BID C(HTRW) after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPROVED AS TO LEGAL FORM: BY: ~.~,,~mUC.~I~,~~cc~- Asst. City Attorney ATTEST: (If Corporation) (Seal Belo~~ (Note: Zf Person signing for corporation is not President, attach copy of authorization to sign)N.n..~ ~._ AUTHOR11tt. MT COUNf.II CITY OF CORPUS CARISTI BY ~ R ,~• e si o~ Ange Escobar, Interim Asst. Cit Mgr. of Public Works and Utilities Kevin Stowers, Interim Director of Engineering Services 740 Musevm Drive (Address) Mobile, AL 36608 (City) (State)(ZIP) 251/343-3581 * 251/343-5554 (Phone) (Fax) Agreement Page 2 of 2 P08T-pDRRZC7.178/DI9AeT1'7t RgCOVB!0.Y OPAA7ITZONB: Dffi0.I6 Q.GAI176, AlMOVAL, AYD DI8P08AL 88AVIC68 A8D COLLSLTIOY, C871PACP8A2 SATIOX, PACRAGIN6, TRARBPORTATION ALID DSBPOBIW OF 10\9ANDODB MABTS NATERIALe PAOd8C1 N0. 9004 P R O P O S A L Place: Date: -June 17, 2008 Proposal ofDRC Emergency SErvices, LLC , a ~e~~e$E~oabirlg~iani compand existing under the laws of the State of Alabama , OR a Partnership or individual doing business as T0: The City of C.'orpue Christi, Texan Gentlemen: The undE:rsigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: POS4-HIIRRICANE/DISASTER RECOVERY OPLRATIONB: DEHRI+3 CLEARING, REMOVAL, AND DISPOSAL 88RVICE3 AND COLLECTION, CHARA~=TERIZATION, PACRAGINC;, TRANSPORTATION AND DISPOSAL OF HAZARDO4S WASTE MATERIALS PROJECT NO. 90042 at the locations set out by the plans and specifications and im strict accordance with t:he contract documents for the following prices, to- wit: :„,._ ADDENDUM NO. 2 ATTACHMENT N0.1 RevieeG Propeeai Form Psgo 2ot16 cage 2 of 15 POST-80RAIGNB/DIaASTia REOOV86Y OPERATIONS: DBBRIS CLEARSBG, RBlIOV7~L, A8D D2940SAL S8RV1CB9 AND COLLECPION, C8ARAC1'BRI SATiON, PACBAGING, TBANS40RTATION l1ND DiSP09AL OF HALARDORS NASTB MATERIALS PROJECC NO. 9002 SA88 HID A - D8Ht2I9 CLiARt1~s 88aVICSa I II III IV V BID QTY $ UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION N (QTY X UNIT PRICE) Al 70 Air Cu fain Pit Burner, including equipment and $ $1 0 500.00 ' Hts labor, its per specifications, per 1 ur. 2 70 Air Cu fain Rehactory Incinerator, including f $ 1 70 0 $ 1 A Hrs equiprrentand labor, as perspeks icafions, per .0 1 , 900.00 ~G A3 70 Bobca: Loader, including equipment and labor, S $ Hrs as per specifications perHour 75-00 5250.00 , . ~ 70 Bucke: Truck w/Operator, including equipment $ S Hrs and laver, as perapecfications, per ou . ~~ 9450.00 70 Chipp~vr/M1Aulcher (8" throat) ,including • $ 1 50 00 $ AS Hrs equipr ient and labor, as perspecificadons, per . 1 0, 500.00 ~~ A6 70 Chippar/Mulcher (12" throsl) ,including i t d l ~ ti $ 1 $ Hrs equ prnen ons, per an abor, as perspec ca 80.00 1 2, 600.00 ~.• 7 70 Crash Truck w/Impact Attenuator, including i $ 40 $ A Hrs equiprnent and labor, as per specificat ons, per .00 2, 800.00 ~• 8 70 Crew =oreman w/Cell Phone and Pickup, i i l d $ $ A Hrs ng equ nc u pment and labor, as per 50.00 3500.00 specif cations, per F~q_u . A 70 Dozer, Tracked, D5 or similar, including $ 1 ~ 9 Hro equiprnent and labor, as per specifications, per 50.00 0, 500.00 Hour. ' 70 Dozer, Tracked, D6 or similar, including $ 1 60 00 $ A10 Hrs equip°nentand labor, as per specifications, per . I 1 , 200.00 our. A11 70 Dozes, Tracked, D7 or similar, including equipnentand labor as per specifications per $ 1 70.00 $I 1 900 00 Hrs , , , . our. A12 70 Dozer, Tracked, D6 or similar, including $ $ Hrs equipnentand labor, as per specifications, per 180.00 1 2, 600.00 Hour. 70 Duml • Truck, 16 CY-20 CY, including $ $ A13 Hm equipment and labor, as per specifications, per 85.00 5950.00 ~t• ADDENDUM N0.2 ATTACHMENT NO.1 ReviaeG Proposal FOtm Pege~ Of15 Page 3 Of 15 POST-AQRRZCAY6/DISASTER ARCOVRRY OpffiiATIONB, DRBRIS CLRAAINO, AID9DVAL, AND DIBP09AL 9aRVSCL6 AlrO COLLRCTIOR, CRAAACTRRI ZATION. PACKAGING, TRANSPORTATION AND DISPOSAL Op RAZARDODS NA9T8 NAT69tIALS PROJRCT N0. 90042 I 11 III IV V BID OTY & UNIT PRICE BID ITEM EXTENSION ITEM UN(7 DESCRIPTION IN FIGUR S (QTY X UNIT PRICE) Dump Truck, 21 CY-30 CY, inGuding 00 595 $ 6650 0 Ala Hrs equipment and labor, as perspeci8cations, per . .0 Hour. A15 70 Generator and Lighting, including equipment $ 5 Hrs and la lor, as per specifications, par Hour. 30.00 21 00.0 Q A15 70 Grade~w/12'Blade, inGudingaquipmentand ~ 40.00 $ 9800 00 Hrs labor as per specifications per Hour . , , . 70 Hydrailie Exca~rator, 1.5 CY, including ~ 40 00 $ 9800 00 A17 Hrs equipr•ient and labor, as per specifications, per . . Hour. Hydra alic Excavator, 2.5 CY, including ~ 50 00 $1 0 500 A18 Hrs equiprnentand labor, as perspecificatlons, per . , .00 Hour. A19 70 KnucM.leboom Loader, including equipment and 5 $ Hrs labor, as per specifications, per Hour. 15000 10,Snn,~., A20 lirs Labor9rwlChainsaw,perHour• 540.00 $2800.00 A21a 70 Labor3rwl small tools, Traffic Control, Flag 3 5 Hrs Person per Hour 4.00 2380_ 0~, . , A21b 70 Lowb~>y Trailer w/Tractor, including equipment $ $ Hrs and labor as perspec~cations per Hour 55 _ nn 385n g,0 , , . _ A22 70 Log ;kidder, including equipment and labor, as $ $ Hrs er specifications er Hour fi0 0 0 n n 4 2 0 n . p , p . , 70 Mobile Crane (Adequate for hanging 5 5 A23 Hrs limbs.leaning trees), including equipment and 12 s_ n o 8 7 5 0 0 4 labor, as per specifiptions, per Jam. A24 70 Openltions Manager w/Cell Phone and Pickup, $ $ Hrs per~gur sn nn 350tLnn . ADOIENOUY No. 2 ATTACXMENT NO. 1 Revised PsoD0ee1 Form Pags 4 of 76 Rege 4 of 15 P03T-HDARICLRE/DiHA9T1a0. ABDOV$RY OPBAATIOA'9: DHRRIH Q.PaRIaG, R0/O'YAL, A11D DISP08AL 88RVICHB l~liD COLL6CLIOM, CI0IHACTHRIiATION, PACRAOIRG, TRNIHPORTIITION AITD DISPOSAL OF SALAHDODB ID18T6 HAT6RIAL6 PROSECT NO. 9004] I II I11 IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION tN FIGUR S (QTR' X UNIT PRICE) 70 Pickup Truck, 1/2 Ton, including equipment and $ $ A25 H ecificationa labor erHour as ers an 00 280 ^- ~„~ rs p ,p . „ p . A28 70 Soil Glmpactor BO HP, including equipment $70 00 $ 4900 00 H r s ecifications; er H d lal]or . . rs . gu p p an , es per 70 Soil Grmpactor8l HPr, including equipment $75:00 $ 5250 00 A27 s H er our er s ecifications and la ior as . . r . p , p , p 70 Soil G.~mpactor, Towed Unit, including $ 85 00 $ 00 A2B Hrs equipment and labor, as per specifications, per . 5950. Hour. 70 StumF Grinder 30" diameter or less, including $ $ A29 Hrs equipment and labor, as per specifications, per 90.00 6300 0~ 0 ~.t?~• Traffic Control, Temporary Single Lane Closure, $40 $ A30 H~ includ hg equipment and labor, as per .00 2800.00 specifcaUons, per }~. 70 Trafltc Control, Temporary Road Closure, ~ $ A31 H inciud hg equipment end labor, as per 40.00 2800.00 rS sped} cations, per Hour. A32 70 Hrs Tree (:;fimberw/Chainsaw, including equipment ecifications er Hour and Is bor er s as S1 25.00 ~ ~• 0 . , , p p p 70 Truck Flatbed, including equipment and labor, S S A33 Hrs er Hour e~s eciflcstions s 0.0- 4 0 280A.,-0A----- . p p . p a . _ - 70 Tub Grinder, BDO to 1,000 HP, including $ $ A34 Hm equipment and labor, as per specifications, per ~sn_ nn 24,.SOA~-0.O-- 7D Waska Collection Rear Loader Truck, including er tions i ifi $ $ A35 Hrs , p equ pment and labor, as per spec ca 1 80.00 1 2, 600.00 Hour. A36 70 Wate~Truck, including equipment and labor, as $ $ ` Hrs per sl:leclflcations, per Hour. 90.00 630~Q= ADDENDUM N0.2 ATTACHMENT NO. t Revised PiODoHPl Form Dage 5 of 15 page 5 of 15 PORT-NORAICANB/DISA9T1 ii RBCOVRRY OPiMT20Y8! DRBRI9 CLSAiINB, RIDWVAL, AaD DY9POHAL BBRVYCa6 A1ID COLLECTION, C811RACTRRILATYOIf, PACRA6IN0, i71AW6PORTATSOa A6O DI8P06AL DF HAZMD0II8 NA92'L'16iTlAIAL9 PROJECT NO. 9002 I II III IV V BID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION IN FIGUR S (QTY X UNIT PRICE) Wheel Loader, 2.5 CY, 950 or similar, including $ 120 00 $ A37 Firs equipment and labor, as per specifications, per . 8400.00 Hour. 70 Wheel Loader, 3.5 -4.0 CY, 966 or similar, $ 1 4 $ A38 H including equipment and labor, as per 0.00 9800.00 rs specifi:,ations, perHo_y_r. Wheel Loader, 4.5 CY, 960 or similar, including $ 1 50 $ A39 H~ equiprientand labor, as perspee~Catlons, per .00 1 0, 500.00 ~QSlC• 70 Whee Loader-8ackhoe, 1.0 -1.5 CY, including $ $ A40 H equiprent and labor, as perapecifications, per 90.00 6300.00 rs ~~. zor~s. axes sxa t, (xtema al tbrougli A4o): $ 314,230.00 ADDENDUM N0.2 ATTACNMENT NO.1 Re~iP.a Proposal Foxe ~• 6 or 16 Page 6 of 15 POST-80AASCAMC/DIBABT3A RSCOV6RX OPEAATIONB: DSBAI6 CLBAAItlO, RmtOVAL, AND DI940BAL SSAVICB6 AND COLT8C1'20mT, CBAAACFRR:'2ATSON, PAC7ulOINO, TRANBPORTATSON AND DISEOBAL OP 9A2AAD009 NABTB 1D~TBASALB YAOJBCT N0. 90042 F,1\B8 8ID 8 - D8HRI8 Rm40VA.L AI® D19POBAL aBRVICSa 11 III I V BID QTY & UNIT PRICE BID ITEM EXTENSION (OTY X UNIT PRICE IN ITEM UNIT DESCRIPTION IN FIGURES FIGURES) Phass: 2-Pickup debris from Public Property or t31 maintained Public Rights of Way and haul to a designated TDSR site or Disposal Facility Pickula from Public Property or maintained B1a 5,000,000 C Rightr ~ of Way and haul to a designated TDSR site of Disposal Facility 10.9 or less miles away $ b ~b $ ~ 300 Uwe Y (one-~vay miles). Picku:~ from Public Property or maintained 1,000,000 Righl::~ of Way and haul to a designated g g ay' $ 00 g (~ Q Z B1b cY Disposal Facility 11 to 20.9 miles away (one- . .,r . ~• -- z way miles). Pickup from Public Property or maintained B1 c 1,000,000 CY RighC: of Way and haul to a designated Dispcsal Faeiliry 21 to 30 miles away (oneway $ q ,ay ^~ ~/~ s D $ q O~i'`r~, ©~ -- r mites ,per Cubic Yarn! as per spec cations. (See VOTE 1 below) Eztra~:t, remove and dispose of the eligible stump and root ball and belt filling of the root cavity with compacted soil of trees that are not uprot:ted and larger than 24 inches in diameter B2 (measured two feet from the ground). Stumps must have more than 50% of their root ball expm;ed. r . ;'1 Stumos placed along maintained Public Rights Cam" of Wr+y by others will be paid under Items 81 above+. See NOTE 2 below). 82a 500 24 im:h to 35.99 inch in diameter 5 g~Q~ EA O B2b 250 36 in :h to 47.99 inch in diameter $ 3,50. on $ S`7 =-' ~ Q EA -+ B2c 100 48 in:h and larger in diameter $G"_1~ nr~ ~~5~ $ ~+5~ c=o EA Rem Ival and disposal of hazardous hanging o0 S B3 1000 EA limbt~ greater than 2 inches in diameter, per $ r'g . ~~ ~$ bid spec fications, per EACH TREE. Tem lorary Debris Staging and Reduction Site eo B4 5,000,000 operation, debris acceptance, and pile $ e g~j S /1 3~ p~~ -- ~t CY management, per specifications, per C, ubic Y Yard. ADDENDUM N0.2 ATTACHMENT N0.1 AavieeQ fsapoosl Fosm Pege70f 15 Page ~ or 15 P09T-BCARSWT6/D19L9T3R RBCOVeRY OPE9ATi0A9= D89QIS CLFAI2AG, p~10V11L, NID DI9P09AL 9aAVICC9 >1AD COLLECPIOIr, CeLAACTIIL"lATION, PLCRAGIAG, SALA9PORTATION LAD D29P09LL OP AAyppD0D8 NL9TE IDITERTALB PROJACT N0. 80042 11 III I V BID QTY 8 UNIT PRICE BID 17EM EXTENSION (QTY X UNIT PRICE IN ITEM UNIT DESCRIPTION IN FIGURES FIGURES) Volurc a reduction of debris through grinding B5 2,500,000 andla chipping (REF NOTE 3 below), as per ecif cations er ub c ard s $~ $ ~ DO O.o CY p , p . Volurce reduction of debris through air curtain 86 2500,000 CY incine ~afion (REF NOTE 3 below), as per $ ~ . I a $ a $~0 oD Sp@ClfiCati0n5, per C Yazd. B7 40 Baseline soil sampling (Pre 8 post- use), as per er ash ecift~ations s $ DO D.~ $ O o0 (r~T 0 ~ -- EA p , p . -- BB 20 ~ Grour dwater sampling (Pre & post use), as per speciPcations per Each. $ e o I $ ~ + D • o_o O Dr7 , TOTAL 8113E HID 8 (Items Hl through Ba): $875 .~~'~ ADDENDUM N0.2 ATTACHMENT N0.1 9evi sed Propo9L1 Po7Cm f aBe 8 Of 16 Page B Of 15 POET-@ORRICP@@/DIBA@T'[A R@COVERY OPEAATIONBe D@BAIE CLI4AAIN0. R@I[OVAL, A@D DIBP08AL 8@AtlICB9 AND COLLELTIO@, CIWUCI'RA7:ZATIOIP, pACLA6I1P0, TAA@9POATATION A@D D28P06AL OF BAZAADODe NA9T8 YAT@RIAL9 PROJECT NO. 90047 PA.OP08AL HASi HID C - COLLBCTIODT, CHAHACT'6RT ZATIOiN, PAC&AGZIN4, TRANSPORTATION A10D DISPOSAL OP BTRIr I 11 III IV V CID QTY & UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION QTY X UNIT PRICE Pick-uo of Hazardous Waste end C1 Transportation to Processing Site, per s cifiatbns, per mile. C1a 10 MILES Pick-uo of Hazardous Waste and Transportation to Processing Site per $ ~ ~ $ _ ~~~! , s ecifications, 1-10.9 miles Pick-up of Hazardous Waste and Ctb 20 MILES transportation to Processing Site, per ~ pe $ ~ ~Q specifications, 11 to 20.9 miles . Pick-u p of Hazardous Waste and t $ °O g o 0 3~ © - C1c MILES ranal~ortation to Processing Site, per , p - s ecifgGona, 21 l0 30 miles C2 HR Chem st $it~[Se oo $ /~ 000. °-~ C3 HR Field ""echnician $ ~, $ ° o 00 - C4 1 Waste: Categorization, Sampling, and Analysis, $ eo ~ ~ $ a 50 ~ • ~ LS as pei specifications per Lum m • ~ , . C5 HR Administrative Assistant $ °_ $ 3 ~Q . °-~ C6 HR Field I~roject Supervisor $ ~° oa $ ~©• o_ C7 300 Liquid Waste Disposal, 55 gallon drum diapa{ed using incineration method as per $ ( ((~ °_ $ /$O app °= ~ , D , , specfiicaNons, r ~ C8 40 Liquic Waste Disposal, 55 gallon drum S eo L - $ eo ~ diapo:;ed using injection method, as per fQQ ~ ~ • .~ specfi'ications, per Bch-. Liquir Waste Disposal, 85 gallon drum $ $ °O C9 ~ dispo::=ed using incineration method, as per ~ -° Sri' lod0 , specifications, r ~. C10 EA Liquic: Waste Disposal, 85 gallon drum disposed using injection method, as per ° $SQ(~. °-° ~ I $ `7,, O Dn , •~= sped icetions, Per F_arh. Liquic' Waste Disposal, 2,800-Gallon Vacuum ~ ° C11 ~ Truch operations using injection method •°= ~ p~= dis oral er ch. C12 4 Liquic Waste Disposal, 2,8D0-Gallon Vacuum T M il i h d i l $ $ i ° ~ ruc ons us operat ng recyc met o e o ap~ ~, ~Qb- - disposal, per Esoh. C73 4 Liquid Waste Disposal, 2,800-Gallon Vacuum TrucM operations using incineration method $ Qp °,- = ` _: - 0 0 $ 3g (f0© ~ . • ` disposal, per Each. ~ ADDENDUM NO. ~ ATTACHMENT N0.1 Revised Pzopo°el Pozen P39870 MI5 Page i0 of 15 06/13/2008 08:35 8263802 ENGINEERING PAGE 14/18 P08T-maIAICANS/D29AeT1R Ra00vaRX OPARATIONes DRBR28 CLNARINR. II~1mG, ARD DI8P08AL BSRVICRB ANb COLLRCTION, Ca11AACPRAI:ZATION, PAC6AaIN0, TRANBPOATATION AND DIBPOSA7. OF RAEA9DODe wABTr IDiTRRIAI.3 PROJACT ItO. 9004] I II I11 IV V CID QTY 6 UNIT PRICE BID ITEM EXTENSION ITEM UNIT DESCRIPTION (QTYX UNIT PRICE) Dry HE~zardous Waste Disposal- Rolloff Box for C14 20 EA disposal at Landfill (TOTAL CAPACITY- 200,0(0 pounds), as per specifications, per Q~ .e S b~.~p ~• C15 ~ Accide nt Splll Kits $ Jr00 °= C16 ~ Manifr~at preparation $a~p- a-° $ a ppp ''~ p mo TOTAL SABS BID C (Items Ci through C16): $ ~ / ~,~~ ~ ~ ' NOT68: 1. Dbit Prices P>r Hid Hese A, 8, sad C, ualaea otherwise iadieatefl, shall include all :..aboz (operators, labOrere, sad supervisors), equipment sad materials iac:,.udiag but sot limited to: suppiiee, equipment maiateaance, repairs, repal.r parts, Puela, lubricants, cellular phones, traasporEation, traffic contro.t sad houaiag, if required, aeoeasary to aaeompliah the project. The Quantities aafl dietributiona era e9iimated for the purpose of easusiag coaeiateacy is evalnatione of prepoeals. Locations of sites, debris qusatitiae, de3tiaatioae, material densities, etc. may differ subetantialiy is as actual diee~3ter. Contractor will be paid on actual Quantities. 2. Stumps leas t:.~aa 24 inches in diameter, with attache4 root balls, will be considered to be normal debris sad payment for loading, hauling, sad dumping shall be provi:lad under Item Hla - H1c. 3. Reartovai sad disposal of all stumps, regardless of shape, size or weight, that are placed on the rights-of-way by others (i.e. contractors did sot extract thorn from public property or property of eligible Private Non Profit organixatiene) will be at the unit cost rate (item Hla - sic) for regular debris using the Stump Coaveraiea Table shown above that was flevalop by PSNA. 4. To detarmiae I:he cubic jjarda for griadiag or busniag stumps with root balls greater than ::4 iaehea is diameter, the CONTRACTOR shah count the avmber of stumps sad barred oa their diameter, use the Stump Coaversien Table above to convert to cubic yards. This calculated voiume reiated to stumps greater than 24 iachee is l~.iameter can be added to the volume of other debris Por purposes of refluctioa and payment wader items BS (Griadiag) and B6 (Iaciaeratioa). 5. Gait Prices, v.nlaee otherwise indicated, for equipment such ae: air curtain burners/incinerators, chipper/mulchars sad tvb grinders do set partaia eo debris maaagereat site operations that are iaeiuded wader 9aae Hid H. 6. bait prises far Traffic Control only pertains eo flebrie clearing operations from public property sad public maiataiaad Rights-of-Nay, which era included wader Hase Hid A. - ADDENDUM N0.2 ATiACMMBiT NO. 1 Re.,iaad PzoDe•si Fora Faye 11 0/15 0bi1:ii2006 08:35 8263802 ENGINEERING PAGE 15/18 POST-iORRZCANS/DIeAST4R RHCOV'iAq OPICAATIORS= DiRRIS CI.SARZNA, RS!(OVAL, AND DIBPOSAf. SBRVZCItP AND COLLECTION, CiAl1AClSR7'SATION. PACRAGIiO, TRNIiPORTATION AND DISPOSN. OF iA2ARD07B NABTi l~T6RIA7,S PRO.TECS NO. 90042 SUMMARY OF BID ITEMS 00 BARB BID A: g 3 ~ ~ a3o _ -~ ~7 ce. eo HAeH BID B: g O 6 HABH BID C: $ ~©© • 00 BA88 HID A r BA38 82D 8 ti BARB BID C o $ Q s ADDENDUM NO.2 A7TACNNB:NT NO. t AavSeeA Proposal FoY01 Pigs 12 of 16 06/13/2068 08:35 8263802 ENGINEERING PAGE 16/18 POST-HQRAYCANB/DI9A9TRR R6COV8RX OPRRATIONS: DEaRSS CLPARI]TO, RBYOVAL, AIID DI9P09AL B#RVICEB AND COLLECTIO#, CPARACl9R7'ZATION', PACEAOIIQO, TRANSPORTATIOR AND DIBPOBAL O! SALARDOIIS NAaTB MAYERIAL9 PROSRLT N0. 000!2 The undersigned hareby declares that he has visited the site and has carefully examine3 the plans, specifications and contract documents relating to the work coveted by his bid or bids, that he agrees to do the work, and that. no representations made b~ the City are in any sense a warranty but are mere estimates for the guidance of the Contxactor. n no•:ification of award of contract, we will within ten (10) calm ar da•.s execute the formal contract and will deliver a nexformance Sond•(as required) for the faithful performance of this contract and a P¢Syment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5~ of t:he highest amount bid, is to become the property of the City of Corpu;> Christi in the event the contract and bonds are not executed within t11e time above set forth as liquidated damages for the delay and additional work caused thereby. Minority°/bGiaority Busimess Enterprise Participations The apparent low bidd~:r shall, within five days of receipt of bids, submit to the City Engin•a_er, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value .for bid evaluation purpose. Number .~~ Signed Seta of Dooumemte: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The unders work within 9evgnt::y hours (70) for Base Si to the --~••• •--_~ um~c a~e~:.gnacea Ay a worx oraer. - The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned woxk covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt of the number): Addendum 1- Addendum 3-6 1 , (SEAL - IF BIDDER IS 3 is acknowledged (addenda Respectfully submitted: Name: Mark Stafford By: a £gz~orah-Qn) Address: 740 Museum Drive lim to liability (p.0. Box) (Street) company Mobile, AL 36608 (City) (State) (tip) Telephone:251-343-3581 NOTE: DO ROE detach bld from other papers, F111 in eiW ink ani submit complete with aetached paper a-_ Aavtesd P1:ODess1 Perm (Revised ALguet 20001 f-~:~.. s M.W:' ADDENDUM NO. 2 ATTACHMENT NO. ~ Paga 13 of 15 P E R F O R M A N C E B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY THESE PRESENTS: THAT DRC Emergency S®rvices, LLC of MOBILE County, Alabama, hereinafter called "Principal", and a corporation organized under the laws of the State of ~ , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", in the penal sum of SIXTY-FIVE MILLION, FIVE HUNDRED EIGHTY, NINE HUNDRED THIRTY AND NO/100($65,560,930.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND of JULY 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: POST HURRICANE/ DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION ~,CRAGING, TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE MATERIi PROJECT NO. 90042 (TOTAL BASE BID: $65,580,930.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and/or replace all defects due to faulty materials and/or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Dlame & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice sad service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Performance Bond must not be prior to date of con tra ct)(Revised 3/08) Performance Bond Page 2 of 2 P A Y M E N T B O N D STATE OF TEXAS § COUNTY OF NUECES § KNOW ALL BY TBESE PRESENTS: THAT DRC Emergency Services, LLC of MOBILE County, Alabama, hereinafter called "Principal", and , a corporation organized under the laws of the State of , and duly authorized to do business in the State of Texas, hereinafter called "Surety", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of SIXTY-FIVE MILLION, FIVE HUNDRED EIGHTY, NINE HUNDRED THIRTY AND NO/100($65,580,930.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 22ND day JULY 20 08 a copy of which is hereto attached and made a part hereof, for the construction of: POST HURRICANE/ DISASTER RECOVERY OPERATIONS: DEBRIS CLEARING, REMOVAL, AND DISPOSAL SERVICES AND COLLECTION, CHARACTERIZATION, PACKAGING, TRANSPORTATION AND DISPOSAL OF ~a~aRnOUS WASTE MATERIALS PROJECT NO. 90042 (TOTAL BASE BID: $65,580,930.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given Vernon's Civil Statutes the State of Texas. Th as used herein are in Article. to meet the requirements of Article 5160, of Texas, and other applicable statutes of terms "Claimant", "Labor" and "Material", accordance with and as defined in said The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19-1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the day of 20 PRINCIPAL By: (Print Name & Title) ATTEST (Print Name & Title) SURETY By: Attorney-in-fact (Print Name) The Resident Agent of the Surety in Nueces County, Texas, for delivery of notice and service of process is: Agency: Contact Person: Address: Phone Number: (NOTE: Date of Payment Bond must not be prior to date of contract) (Revised 3/08) Payment Bond Page 2 of 2 POBT-80ARiCANE/DTAAST1'A AHCOVHAY OPBRT:iION9: DSBAIB CLEARING, ArO/DVAG. AHD DIBP08AL BBRVICBB AND COLLECTION, CaORACihlt7:Z7~?IOiI, PACIUGIMG, TRf~t78POATA2I08 AND DIBP09AL OP BAZAADOIIB MABiE IrATARIALB PROJBCT NO. 9004] CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ord~nanee 17112, as amended, requires all persons or firms seeking to do business with the Clly to provide they Ibllowing information. Every question must be answered. Ii the question is not applicable, answer wkh "N 0". FIRM NAME DRC Emer eQ ncv_Services . LLC STREET: 740 Museum Drive CITY: Mobile ZIP: 36608 FIRM is: 1. Corporation _ 2. Partnership 3. Sole Owner 4. Association _ 6. Ocher limited liabilit~eo~Danv DISCLOSURE QUESTIONS If addHional space is necer~sary, please use the reverse side of this page or attach separate sheet. State the names of each "employee" of the City of Corpus Christi having an "ownership interest' constituting 3% or more of the ownershpF in the above named "firm". Name Job Tltla and City [)apartment (N known) n/a n/a 2. State the names of eaGr "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or moro of the ownership in the above named "firm". Name Title n/a n/a 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3°h or more of the ownership in the above named "firm". Name Board, Commission or Commktea n/a n/a --~- 4. State the names of eacl employee or officer of a °consultant" for the City of Corpus Christi who worked on any matter related to tl~e subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name ConsuMant n/a n/a CERTIFICATE I certify that all infomwtion provided is We and correct as of the date of this statement, that I have not knowin ly withheld disclosure of any Information requested; and that supplemental statements will be prompt y submitted to the City of Corpus ChNstl, Texas as changes occur. CeNlfyingPareon:Mark Stafford Title: Chief Operatinr...Of~er - .T° (Type or I rdnt) Signature of CertNying Person: r "'^""`~ c`_W Date: June 17 2008 ADDE40UM N0.2 ATTACHMENT NO. 1 Aav1N~A Pmpesel Porn PBgY 74 of 16 Page 14 aE 15 POET-AdAAICAaB/DIBABT®? PaCOVARY OPaAATI0x6: DaSRIB CLAARSNC, RSroDVAi„ AdD DS8P08AL 86RVICPB ABD COIaECTIDx, CBAAACTBRIZATIOx, PACTf11GSR6, TAAa8P0ATATIOB AaD DIBPOBAL OP aAEAAD006 MABT6 xATaRIALB PAOOSCT a0. 9002 DEFINITIONS a. "Boats Member", :4 membe- of an board, commission or committee appointed by the City Council of the City ~~f Corpus Chriatl, Texas. b. "Employee". Any ~~erson employed by the City of Corpus Christi, Texas, either on a full or part tlma bads, bu! not as an independent contnclor. c. "Firm", Any entity opented for economic gain, whether professlonel, Industrial or commercial and wl~ether established to produce or deal with a product or service, Including but not Ilmited ta; entities opented in fhe form of sole proprietorshipp, as seN-employed person, psrtnerehip, corporation, Joint stock company, Joint venture, receWenhdp or trust and entkles which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor. members of the City Council, City Manager, Ds uty CNy Manager, Assistant City Manrggera, Depardnent and Dhiision Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownenhip Intares:°. Legal or equitable interest, whether actually or constructively held, in a firm, Including9 when such inbrest is held through an agerd, trust, estate or holdMg entity. "Censtrut#fvery he6!" retire to holding or control established through voting trueb, proxies or special terms of vernure or partnerehlp agreements. E "COnsukant". Ant pereon or fine, such as engineers and arohitecte, hired by the Clty of Corpus Christi for tlye purpose of professional consultation and recommendation. ADDENDUM NO, R ATTACHMENT N0.1 Aovisod Pzcyoasl Pozen Psgo 15 Df 15 Page 15 of 15